Loading...
HomeMy WebLinkAboutContract 56605-PM1CONTRACT FOR THE CONSTRUCTION OF NORTHSTAR SECTION 3, PHASE 1 UTILITY, PAVING AND STREET LIGHT IMPROVEMENTS IPRC Record No. IPRC21-0024 City Project No. 103159 FID No. 30114-0200431-103159-E07685 FILE No. W-2759 “X” No. X-26872 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth August 2021 TEXAS REGISTRATION F-1386 3017 West 7th Street, Suite 300 Fort Worth, Texas 76107 08/30/21 CSC No. 56605-PM1 Adopted September 2011 City of Fort Worth Standard Construction Specification Documents 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 03/09/2020 00 21 13 Instructions to Bidders 01/05/2021 00 31 15 Engineer Project Schedule 07/20/2018 00 32 15 Construction Project Schedule 07/20/2018 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 03/09/2020 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 07/01/2011 00 45 12 Prequalification Statement 07/01/2011 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Minority/Women Business Enterprise Goal 01/01/2021 00 52 43 Agreement 09/06/2019 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 07/01/2011 00 62 14 Payment Bond 07/01/2011 00 62 19 Maintenance Bond 07/01/2011 00 72 00 General Conditions 03/09/2020 00 73 00 Supplementary Conditions 03/09/2020 00 73 10 Standard City Conditions of the Construction Contract for Developer Award 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Progress Schedule 07/01/2011 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 12/20/2012 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: 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 00 00 Site Clearing 03/22/2021 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 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 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 03/19/2021 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 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 02/26/2021 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 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 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 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 Liners for Sanitary Sewer Structures 09/23/2020 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 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 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 6 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 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 00 05 15 - 1 ADDENDA Page 1 of 1 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 SECTION 00 05 15 1 ADDENDA 2 3 4 5 [Assembler: For Contract Document execution, remove this page and replace with any addenda 6 issued during bidding.] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 00 11 13 INVITATION TO BIDDERS Page 1 of 2 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised March 20, 2020 SECTION 00 11 13 INVITATION TO BIDDERS DEVELOPER AWARDED CONTRACTS FOR PUBLICLY BID PROJECTS ONLY RECEIPT OF BIDS Sealed bids for the construction of Northstar Section 3, Phase 1 Utility, Paving and Street Light Improvements will be received by the Far North Fort Worth Municipal Utility District No. 1: Electronic Submission until 11:00 A.M. CST, Tuesday, May 18, 2021. Bids will be opened publicly and read aloud at 11:00 A.M. CST, Tuesday, May 18, 2021 via https://bids.lja.com. Bidders must register on this website to submit an electronic bid. Contractors will electronically enter into the bid proposal, found at https://bids.lja.com, their proposed pricing and upload sections 00 41 00 Bid Form, 00 43 13 Bid Bond, 00 42 43 Proposal Form, 00 43 37 Vendor Compliance to State Law Non Resident Bidder, 00 45 12 Prequalification Statement, and 00 35 13 Conflict of Interest Statement. Electronic bids do not include bids submitted by telegraphic or facsimile transmission. Due to the pandemic and in an effort to conform to the local, state and federal guidelines regarding social distancing to mitigate the spread of COVID-19, the bids will be publicly read aloud only via audio conference at 11:00 A.M. CST, Tuesday, May 18, 2021. To join the bid opening audio conference, dial 1 (346) 202-6170 and enter conference ID number 553 358 005#. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: The major work will consist of the following: The project is an extension of New Development for Water, Sanitary Sewer, Storm Drainage, Street Paving and Street Lights. You can bid this project separately either Utilities, Paving or Street Lights or all three. The City, the MUD, and the Contractor agree that the public infrastructure being constructed under the Contract are being constructed for the benefit of the MUD with ownership and maintenance of the water and sewer public infrastructure to be transferred to the City under a utility conveyance from the MUD to the CITY after final acceptance of the water and sewer public infrastructure by the City. PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 00 21 13 – INSTRUCTIONS TO BIDDERS. Each bid must be accompanied by a certified or cashier’s check, from a responsible bank in the State of Texas, or a bid bond, issued by a surety legally authorized to do business in the State of Texas, equal to 5% of the total bid amount. Make the cashier’s check, certified check or bid bond payable to FAR NORTH FORT WORTH MUNICIPAL UTILITY DISTRICT NO. 1. DOCUMENT EXAMINATION AND PROCUREMENTS Copies of the Bidding and Contract Documents may be acquired at: https://bids.lja.com. 00 11 13 INVITATION TO BIDDERS Page 2 of 2 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised March 20, 2020 The cost of Bidding and Contract Documents is $50.00. It is the downloader’s responsibility to determine that a complete set of documents, as defined in the Instructions to Bidders are received. This website will be updated periodically with Addenda, Plan Holders List, additional reports or other information relevant to bidding the project. PREBID CONFERENCE A MANDATORY prebid conference will be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: Tuesday, May 11, 2021 TIME: 11:00 A.M. CST PLACE: Virtual Due to the pandemic and in an effort to conform to the local, state and federal guidelines regarding social distancing to mitigate the spread of COVID-19, the pre-bid conference will take place only via audio conference at 11:00 A.M. C.S.T., Tuesday, May 11, 2021 as outlined below: To join the audio conference, dial 1 (346) 202-6170 and enter conference ID number 430 205 570#. To view the presentation, download Microsoft Teams at https://www.microsoft.com/en-us/microsoft- 365/microsoft-teams/download-app. DEVELOPER/MUD/CITY'S RIGHT TO ACCEPT OR REJECT BIDS FAR NORTH FORT WORTH MUNICIPAL UTILITY DISTRICT NO. 1 reserves the right to waive irregularities and to accept or reject bids. Require forms Section 00 35 13; Section 00 41 00; Section 00 42 43; Section 00 43 13; Section 00 43 37; Section 00 45 11; and Section 00 45 12 with 5% Bid Bond. FUNDING The Developer, D.R. Horton – Texas, Ltd. will be the Payor for the project for the Owner. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Mickey Garner, P.E., LJA Engineering, Inc. Email: MGarner@lja.com Phone: 214-451-0879 ADVERTISEMENT DATES April 30, 2021 May 7, 2021 END OF SECTION 00 21 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised August 21, 2015 SECTION 00 21 13 1 INSTRUCTIONS TO BIDDERS 2 1. Defined Terms 3 4 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 5 00 - GENERAL CONDITIONS. 6 7 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 8 meanings indicated below which are applicable to both the singular and plural thereof. 9 10 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 11 directly through a duly authorized representative, submitting a bid for performing 12 the work contemplated under the Contract Documents. 13 14 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 15 corporation acting directly through a duly authorized representative, submitting a 16 bid for performing the work contemplated under the Contract Documents whose 17 principal place of business is not in the State of Texas. 18 19 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom 20 Developer/City/M.U.D (on the basis of City's evaluation as hereinafter provided) 21 makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither Developer/City/M.U.D nor Engineer shall assume any responsibility for errors or 26 misinterpretations resulting from the Bidders use of incomplete sets of Bidding 27 Documents. 28 29 2.2. Developer/City/M.U.D and Engineer in making copies of Bidding Documents available 30 do so only for the purpose of obtaining Bids for the Work and do not authorize or confer 31 a license or grant for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving – Requirements document located at; 41 https://apps.fortworthtexas.gov/ProjectResources/ 42 43 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at; 44 https://apps.fortworthtexas.gov/ProjectResources/ 45 46 3.1.3. Water and Sanitary Sewer – Requirements document located at; 47 https://apps.fortworthtexas.gov/ProjectResources/ 48 49 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised August 21, 2015 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 1 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 2 45 11, BIDDERS PREQUALIFICATIONS. 3 4 3.2.1. Submission of and/or questions related to prequalification should be addressed to 5 the City contact as provided in Paragraph 6.1. 6 7 8 3.3. The City/M.U.D. reserves the right to require any pre-qualified contractor who is the 9 apparent low bidder(s) for a project to submit such additional information as the City, in 10 its sole discretion may require, including but not limited to manpower and equipment 11 records, information about key personnel to be assigned to the project, and construction 12 schedule, to assist the City in evaluating and assessing the ability of the apparent low 13 bidder(s) to deliver a quality product and successfully complete projects for the amount 14 bid within the stipulated time frame. Failure to submit the additional information, if 15 requested, may be grounds for rejecting the apparent low bidder as non-responsive. 16 17 3.4. In addition to prequalification, additional requirements for qualification may be required 18 within various sections of the Contract Documents. 19 20 3.5. Special qualifications required for this project include the following: N/A 21 22 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 23 24 4.1. Before submitting a Bid, each Bidder shall: 25 26 4.1.1. Examine and carefully study the Contract Documents and other related data 27 identified in the Bidding Documents (including "technical data" referred to in 28 Paragraph 4.2. below). No information given by Developer/City or any 29 representative of the Developer/City other than that contained in the Contract 30 Documents and officially promulgated addenda thereto, shall be binding upon the 31 Developer/City. 32 33 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 34 site conditions that may affect cost, progress, performance or furnishing of the 35 Work. 36 37 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 38 progress, performance or furnishing of the Work. 39 40 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 41 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, 42 Department of Transportation, Subtitle A, Office of the Secretary, Part 21, 43 Nondiscrimination in Federally-assisted programs of the Department of 44 Transportation issued pursuant to such Act, hereby notifies all bidders that it will 45 affirmatively insure that in any contract entered into pursuant to this advertisement, 46 minority business enterprises will be afforded full opportunity to submit bids in 47 response to this invitation and will not be discriminated against on the grounds of 48 race, color, or national origin in consideration of award. 49 50 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised August 21, 2015 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 1 contiguous to the Site and all drawings of physical conditions relating to existing 2 surface or subsurface structures at the Site (except Underground Facilities) that 3 have been identified in the Contract Documents as containing reliable "technical 4 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 5 at the Site that have been identified in the Contract Documents as containing 6 reliable "technical data." 7 8 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 9 the information which the City will furnish. All additional information and data 10 which the City will supply after promulgation of the formal Contract Documents 11 shall be issued in the form of written addenda and shall become part of the Contract 12 Documents just as though such addenda were actually written into the original 13 Contract Documents. No information given by the City other than that contained in 14 the Contract Documents and officially promulgated addenda thereto, shall be 15 binding upon the City. 16 17 4.1.7. Perform independent research, investigations, tests, borings, and such other means 18 as may be necessary to gain a complete knowledge of the conditions which will be 19 encountered during the construction of the project. Bidder must fill all holes and 20 clean up and restore the site to its former conditions upon completion of such 21 explorations, investigations, tests and studies. 22 23 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 24 cost of doing the Work, time required for its completion, and obtain all information 25 required to make a proposal. Bidders shall rely exclusively and solely upon their 26 own estimates, investigation, research, tests, explorations, and other data which are 27 necessary for full and complete information upon which the proposal is to be based. 28 It is understood that the submission of a proposal is prima-facie evidence that the 29 Bidder has made the investigation, examinations and tests herein required. Claims 30 for additional compensation due to variations between conditions actually 31 encountered in construction and as indicated in the Contract Documents will not be 32 allowed. 33 34 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 35 between the Contract Documents and such other related documents. The Contractor 36 shall not take advantage of any gross error or omission in the Contract Documents, 37 and the City shall be permitted to make such corrections or interpretations as may 38 be deemed necessary for fulfillment of the intent of the Contract Documents. 39 40 4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 41 42 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 43 the site which have been utilized by Developer in preparation of the Contract 44 Documents. The logs of Soil Borings, if any, on the plans are for general 45 information only. Neither the Developer nor the Engineer guarantee that the data 46 shown is representative of conditions which actually exist. 47 48 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised August 21, 2015 4.2.2. those drawings of physical conditions in or relating to existing surface and 1 subsurface structures (except Underground Facilities) which are at or contiguous to 2 the site that have been utilized by Developer in preparation of the Contract 3 Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Bidder is responsible for any interpretation or conclusion drawn from 7 any "technical data" or any other data, interpretations, opinions or information. 8 9 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 10 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means, methods, techniques, sequences or 13 procedures of construction (if any) that may be shown or indicated or expressly required 14 by the Contract Documents, (iii) that Bidder has given Developer written notice of all 15 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by Developer are acceptable to Bidder, and when said 17 conflicts, etc., have not been resolved through the interpretations by Developer as 18 described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient 19 to indicate and convey understanding of all terms and conditions for performing and 20 furnishing the Work. 21 22 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material , unless 24 specifically identified in the Contract Documents. 25 26 5. Availability of Lands for Work, Etc. 27 28 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 29 access thereto and other lands designated for use by Contractor in performing the Work 30 are identified in the Contract Documents. All additional lands and access thereto 31 required for temporary construction facilities, construction equipment or storage of 32 materials and equipment to be incorporated in the Work are to be obtained and paid for 33 by Contractor. Easements for permanent structures or permanent changes in existing 34 facilities are to be obtained and paid for by Developer. 35 36 37 38 6. Interpretations and Addenda 39 40 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised August 21, 2015 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 1 Developer’s/City’s representative. Interpretations or clarifications considered necessary 2 by Developer in response to such questions will be issued by Addenda delivered to all 3 parties recorded by Developer as having received the Bidding Documents. Only 4 questions answered by formal written Addenda will be binding. Oral and other 5 interpretations or clarifications will be without legal effect. 6 7 Address questions to: 8 9 Attn: Gregg Thawley, P.E., LJA Engineering, Inc. 10 Email: GThawley@LJA.com 11 Phone: 214-451-0859 12 13 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 14 Developer/City/M.U.D. 15 16 6.3. Addenda or clarifications may be posted via LJA Engineering, Inc. at https://bids.lja.com. 17 18 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 19 INVITATION TO BIDDERS. Representatives of Developer will be present to discuss 20 the Project. Bidders are encouraged to attend and participate in the conference. 21 Developer’s representative will transmit to all prospective Bidders of record such 22 Addenda as Developer considers necessary in response to questions arising at the 23 conference. Oral statements may not be relied upon and will not be binding or legally 24 effective. 25 26 7. Bid Security 27 28 7.1. Each Bid must be accompanied by Bid Bond made payable to Developer in an amount of 29 five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety 30 meeting the requirements as listed in the General Conditions. 31 32 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 33 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 34 Agreement within 10 days after the Notice of Award, Developer may consider Bidder to 35 be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be 36 forfeited. Such forfeiture shall be Developer’s exclusive remedy if Bidder defaults. The 37 Bid Bond of all other Bidders whom Developer believes to have a reasonable chance of 38 receiving the award will be retained by Developer until final contract execution. 39 40 8. Contract Times 41 The number of days within which, or the dates by which, Milestones are to be achieved in 42 accordance with the General Requirements and the Work is to be completed and ready for 43 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 44 attached Bid Form. 45 46 9. Liquidated Damages 47 Provisions for liquidated damages are set forth in the Agreement. 48 49 00 21 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised August 21, 2015 10. Substitute and "Or-Equal" Items 1 The Contract, if awarded, will be on the basis of materials and equipment described in the 2 Bidding Documents without consideration of possible substitute or "or-equal" items. 3 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-4 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 5 City, application for such acceptance will not be considered by City until after the Effective 6 Date of the Agreement. The procedure for submission of any such application by Contractor 7 and consideration by City is set forth in Section 01 25 00 of the General Requirements. 8 9 11. Bid Form 10 11 11.1. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 12 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 13 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 14 price item listed therein. In the case of optional alternatives, the words "No Bid," 15 "No Change," or "Not Applicable" may be entered legibly, in ink or type, for which 16 the Bidder proposes to do the work contemplated or furnish materials required. 17 18 11.2. Bids by corporations shall be executed in the corporate name by the president or a 19 vice-president or other corporate officer accompanied by evidence of authority to 20 sign. The corporate seal shall be affixed. The corporate address and state of 21 incorporation shall be shown below the signature. 22 23 11.3. Bids by partnerships shall be executed in the partnership name and signed by a 24 partner, whose title must appear under the signature accompanied by evidence of 25 authority to sign. The official name and address of the partnership shall be shown 26 below the signature. 27 28 11.4. Bids by limited liability companies shall be executed in the name of the firm by a 29 member and accompanied by evidence of authority to sign. The name and state of 30 formation of the firm and the official address of the firm shall be shown. 31 32 11.5. Bids by individuals shall show the Bidder's name and official address. 33 34 11.6. Bids by joint ventures shall be executed by each joint venturer in the manner 35 indicated on the Bid Form. The official address of the joint venture shall be shown. 36 37 11.7. All names shall be typed or printed in ink below the signature. 38 39 11.8. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 40 which shall be filled in on the Bid Form. 41 42 11.9. Postal and e-mail addresses and telephone number for communications regarding the 43 Bid shall be shown. 44 45 11.10. Evidence of authority to conduct business as a Nonresident Bidder in the state of 46 Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance 47 to State Law Non Resident Bidder. 48 49 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised August 21, 2015 12. Submission of Bids 1 Bids shall be submitted on the prescribed Bid Form and proposal form, provided with the 2 Bidding Documents, at the time and place indicated in the Advertisement or INVITATION 3 TO BIDDERS, addressed to Welch Engineering, Inc., and shall be enclosed in an opaque 4 sealed envelope marked with the City Project Number, Project title, the name and address of 5 Bidder, and accompanied by the Bid security ; if required, and other required documents. 6 7 13. Modification and Withdrawal of Bids 8 9 13.1. Bids cannot be withdrawn prior to the time set for bid opening. A request for 10 withdrawal must be made in writing by an appropriate document duly executed in the 11 manner that a Bid must be executed and delivered to the place where Bids are to be 12 submitted at any time prior to the opening of Bids. After all Bids not requested for 13 withdrawal are opened and publicly read aloud, the Bids for which a withdrawal 14 request has been properly filed may, at the option of the Developer/City, be returned 15 unopened. 16 17 13.2. Bidders may modify their Bid by electronic communication at any time prior to the 18 time set for the closing of Bid receipt. 19 20 14. Opening of Bids 21 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 22 abstract of the amounts of the base Bids and major alternates (if any) will be made available 23 to Bidders after the opening of Bids. 24 25 15. Bids to Remain Subject to Acceptance 26 All Bids will remain subject to acceptance for the time period specified for Notice of Award 27 and execution and delivery of a complete Agreement by Successful Bidder. 28 Developer/City/M.U.D. may, at their sole discretion, release any Bid and nullify the Bid 29 security prior to that date. 30 31 16. Evaluation of Bids and Award of Contract 32 33 16.1. Developer/City/M.U.D. reserves the right to reject any or all Bids, including without 34 limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or 35 conditional Bids and to reject the Bid of any Bidder if Developer/City believes that it 36 would not be in the best interest of the Project to make an award to that Bidder, 37 whether because the Bid is not responsive or the Bidder is unqualified or of doubtful 38 financial ability or fails to meet any other pertinent standard or criteria established by 39 City. Developer/City also reserves the right to waive informalities not involving 40 price, contract time or changes in the Work with the Successful Bidder. 41 Discrepancies between the multiplication of units of Work and unit prices will be 42 resolved in favor of the unit prices. Discrepancies between the indicated sum of any 43 column of figures and the correct sum thereof will be resolved in favor of the correct 44 sum. 45 46 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised August 21, 2015 16.1.1. Any or all bids will be rejected if Developer/City has reason to believe that 1 collusion exists among the Bidders, Bidder is an interested party to any litigation 2 against Developer/City, Developer/City or Bidder may have a claim against the 3 other or be engaged in litigation, Bidder is in arrears on any existing contract or 4 has defaulted on a previous contract, Bidder has performed a prior contract in an 5 unsatisfactory manner, or Bidder has uncompleted work which in the judgment 6 of the Developer/City will prevent or hinder the prompt completion of additional 7 work if awarded. 8 9 16.2. Developer/City may consider the qualifications and experience of Subcontractors, 10 Suppliers, and other persons and organizations proposed for those portions of the 11 Work as to which the identity of Subcontractors, Suppliers, and other persons and 12 organizations must be submitted as provided in the Contract Documents or upon the 13 request of the Developer/City. Developer/City also may consider the operating costs, 14 maintenance requirements, performance data and guarantees of major items of 15 materials and equipment proposed for incorporation in the Work when such data is 16 required to be submitted prior to the Notice of Award. 17 18 16.3. Developer/City may conduct such investigations as Developer/City deems necessary 19 to assist in the evaluation of any Bid and to establish the responsibility, 20 qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers 21 and other persons and organizations to perform and furnish the Work in accordance 22 with the Contract Documents to Developer’s/City's satisfaction within the prescribed 23 time. 24 16.3. 25 16.4. Failure or refusal to comply with the requirements may result in rejection of Bid. 26 27 17. Signing of Agreement 28 When Developer issues a Notice of Award to the Successful Bidder, it will be accompanied 29 by the required number of unsigned counterparts of the Agreement. The Contractor shall sign 30 and deliver the required number of counterparts of the Agreement to Developer’s 31 representative with the required Bonds, Certificates of Insurance, and all other required 32 documentation. 33 34 35 36 END OF SECTION 37 UTILITY IMPROVEMENTS 00 35 13 - 1 CONFLICT OF INTEREST AFF[DAV[T Page I of 1 S�CTION 00 35 13 CONFLICT OF 1NTEREST AFFIDAVIT Each bidder, offei•oi• oi• i•espondent (hereinaftef• i•efei•i•ed to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Intet•est Questionnaire (the attached CIQ Form) and/oi• a Local Govei•nment Officei• Conflicts Disclosul•e Statetnent (the attached CIS Form) puisuant to state law. You are uiged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded fi•om the links provided below. http://�vww.ethics.state.tx.us/forms/CIO_pdf http://www.ethicsstate.tx.us/forms/CIS.pdf � � �/ � � ��� CIQ Fol•m does not apply CIQ Form is on file with City Secretaiy CIQ Foi•m is being provided to the City Secretary CIQ Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretaiy BIDDER: �C L ��s� ���f r �, .� By. � ,�JH�e��� Company ease � ��j"}� ZyC 1 Signature: ��'� r`j /�j ��� Address ' i= / I � h��� �x 7j 07v Title: _�S t� +�'Y►t t��' City/State/Zip � (Please Print) END OF SECTION CITY OP FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised August 21, 2018 00 41 00BID FORMPage 1 of 3TO: Unit V: Street Lighting ImprovementsUnit VI: Traffic Signal Improvements2.1. 2.2. 2.3. 2.4. 2.5. 2.6. a.b.c.SECTION 00 41 00BID FORMBidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid."collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels.Bidder has not solicited or induced any individual or entity to refrain from bidding.Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph:"corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process."fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition.FOR:City Project No.:Northstar, Section 3 Phase 1Utility, Paving and Street Light Improvements103159LJA Engineering, Inc.1. Enter Into AgreementElectronic SubmissionUnits/Sections:Unit I: Water ImprovementsUnit II: Sanitary Sewer ImprovementsUnit III: Drainage ImprovementsUnit IV: Paving Improvements2. BIDDER Acknowledgements and CertificationInsubmitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS andINSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the formincluded in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documentsfor the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and willprovide a valid insurance certificate meeting all requirements within 14 days of notification of award.Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosedindividual or entity and is not submitted in conformity with any collusive agreement or rules of any group,association, organization, or corporation.CITY OF FORT WORTHSTANDARD CONSTRUCTION SPECIFICATION DOCUMENTSForm Revised March 9, 202000 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form.xls 00 41 00 BID FORM Page 2 of 3 d. a. b. c. d. 4.1. 4.2. a. b. c. d. e. f. g. h. 6.1. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount This Bid Form, Section 00 41 00 Proposal Form, Section 00 42 43 Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 MWBE Forms (optional at time of bid) competitive levels. days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. Prequalification Statement, Section 00 45 12 Conflict of Interest Affidavit, Section 00 35 13 5. Attached to this Bid The following documents are attached to and made a part of this Bid: *If necessary, CIQ or CIS forms are to be provided directly to City Secretary 3. Prequalification Street Lighting Traffic Signal 4. Time of Completion The Work will be complete for Final Acceptance within 119 working "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Paving Utility CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form.xls 00 41 00 BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> Total Base Bid <use this if applicable, otherwise delete $0.00 Alternate Bid <use this if applicable, otherwise delete> $0.00 Deductive Alternate<use this if applicable, otherwise $0.00 Additive Alternate <use this if appiicable, otherwise $0.00 Total Bid $0.00 7. Bid Submittal This Bid is submitted on 5-18-2021 by the entity named below. Respectfully submitted, By: _ i nature) Rodney Key (Printed Name) Title: Estimator Company: PCI Construction � - � ��- Address: PCI Construction PO Box 2967 McKinney, Texas 75070 State of Incorporation: Texas Email: rodneyk@pciconstruction.com -_ _ i Phone: 972-562-2762 END OF SECTION Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form 00 42 43 DAP - BID PROPOSAL Page 1 of 7 1 3311.0001 Ductile Iron Water Fittings w/ Res 33 11 11 TON 3.1 $9,565.00 $29,651.50 2 3311.0241 8" Water Pipe 33 11 10, 33 LF 8370 $36.80 $308,016.00 3 3311.0251 8" DIP Water 33 11 10 LF 923 $145.80 $134,573.40 4 3312.0001 Fire Hydrant 33 12 40 EA 14 $5,632.00 $78,848.00 5 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 4 $1,433.00 $5,732.00 6 3312.2003 1" Water Service 33 12 10 EA 202 $997.00 $201,394.00 7 3312.3003 8" Gate Valve 33 12 20 EA 36 $1,445.00 $52,020.00 8 9999.0001 1" Irrigation Service 00 00 00 EA 2 $1,221.00 $2,442.00 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure Unit Price Bid Value Project Item Information SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description TOTAL UNIT I: WATER IMPROVEMENTS $812,676.90 Bid Quantity Bidlist Item No. UNIT I: WATER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP 00 42 43 DAP - BID PROPOSAL Page 2 of 7 UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure Unit Price Bid Value Project Item Information SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description Bid Quantity Bidlist Item No. 1 3301.0002 Post-CCTV Inspection 33 01 31 LF 9706 $3.50 $33,971.00 2 3301.0101 Manhole Vacuum Testing 33 01 20 EA 52 $181.00 $9,412.00 3 3305.0109 Trench Safety 33 05 10 LF 9706 $0.60 $5,823.60 4 3331.3101 4" Sewer Service 33 31 50 EA 202 $1,082.00 $218,564.00 5 3331.4115 8" Sewer Pipe - SDR 26 33 11 10, 33 LF 5428 $51.10 $277,370.80 6 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 LF 374 $81.80 $30,593.20 7 3331.4201 10" Sewer Pipe - SDR 26 33 11 10, 33 LF 1755 $78.40 $137,592.00 8 3331.4208 12" Sewer Pipe - SDR 26 33 11 10, 33 LF 468 $92.90 $43,477.20 9 3331.4209 12" Sewer Pipe, CSS Backfill 33 11 10, 33 LF 66 $123.10 $8,124.60 10 3331.4215 15" Sewer Pipe - SDR 26 33 11 10, 33 LF 1505 $112.20 $168,861.00 11 3331.4216 15" Sewer Pipe, CSS Backfill 33 11 10, 33 LF 110 $143.70 $15,807.00 12 3339.0001 Epoxy Manhole Liner 33 39 60 VF 186 $369.00 $68,634.00 13 3339.1001 4' Manhole 33 39 10, 33 EA 48 $3,759.00 $180,432.00 14 3339.1002 4' Drop Manhole 33 39 10, 33 EA 3 $5,852.00 $17,556.00 15 3339.1003 4' Extra Depth Manhole 33 39 10, 33 VF 230 $125.00 $28,750.00 16 9999.0002 4' Watertight Drop Manhole 00 00 00 EA 1 $7,239.00 $7,239.00 17 9999.0003 16" Steel Encasement 00 00 00 LF 40 $119.00 $4,760.00 18 9999.0004 Connect to Existing Line 00 00 00 EA 5 $1,433.00 $7,165.00 19 9999.0005 Curlex 00 00 00 SY 340 $9.00 $3,060.00 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $1,267,192.40 UNIT II: SANITARY SEWER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP 00 42 43 DAP - BID PROPOSAL Page 3 of 7 UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure Unit Price Bid Value Project Item Information SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description Bid Quantity Bidlist Item No. 1 3305.0109 Trench Safety 33 05 10 LF 4084 $0.20 $816.80 2 3341.0201 21" RCP, Class III 33 41 10 LF 614 $61.20 $37,576.80 3 3341.0205 24" RCP, Class III 33 41 10 LF 1605 $69.30 $111,226.50 4 3341.0208 27" RCP, Class III 33 41 10 LF 1663 $79.50 $132,208.50 5 3341.0309 36" RCP, Class III 33 41 10 LF 116 $131.40 $15,242.40 6 3341.0402 42" RCP, Class III 33 41 10 LF 86 $182.20 $15,669.20 7 3349.0001 4' Storm Junction Box 33 49 10 EA 14 $5,233.00 $73,262.00 8 3349.0002 5' Storm Junction Box 33 49 10 EA 1 $5,713.00 $5,713.00 9 3349.5001 10' Curb Inlet 33 49 20 EA 29 $3,773.00 $109,417.00 10 3349.5002 15' Curb Inlet 33 49 20 EA 2 $4,358.00 $8,716.00 11 3349..7001 4' Drop Inlet 33 49 20 EA 1 $5,150.00 $5,150.00 12 9999.0006 Inlet Protection 00 00 00 EA 32 $328.00 $10,496.00 13 9999.0007 12" Rock Riprap 00 00 00 SY 48 $96.00 $4,608.00 14 9999.0008 24" Sloped End Headwall 00 00 00 EA 3 $3,645.00 $10,935.00 15 9999.0009 27" Sloped End Headwall 00 00 00 EA 1 $4,484.00 $4,484.00 16 9999.0010 30" Sloped End Headwall 00 00 00 EA 1 $4,782.00 $4,782.00 17 9999.0011 Remove TxDOT CH-PW-0 Headwall 00 00 00 EA 1 $1,960.00 $1,960.00 18 9999.0012 Remove 24" Sloped End Headwall 00 00 00 EA 1 $1,667.00 $1,667.00 19 9999.0013 Remove 42" Sloped End Headwall 00 00 00 EA 1 $1,960.00 $1,960.00 20 9999.0014 Connect to Existing 24" RCP 00 00 00 EA 1 $1,316.00 $1,316.00 21 9999.0015 Connect to Existing 36" RCP 00 00 00 EA 1 $1,433.00 $1,433.00 22 9999.0016 Connect to Existing 42" RCP 00 00 00 EA 1 $1,550.00 $1,550.00 23 9999.0017 Connect to Existing 5' Storm Junction Box 00 00 00 EA 2 $2,837.00 $5,674.00 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $565,863.20 UNIT III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP 119 working days 0043 l3 DAP [�IU f30ND FOR�1 POR PUBI.ICLY E3ID PROJECTS ONLY Pagc I o( I SECTION 00 43 13 DAP - BID BOND BY THESE PRESENTS: That we, PCI Construction, Inc. called the Principal, and North American Specialty Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of two million, six hundred thirty-nine thousand, five hundred seventeen dollars and seventy cents said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firin by these presents. WHEREAS the Principal has submitted a proposal to perform work for the following project of the Obligee identified as: Northstar Section 3, Phase 1, Ft. Worth TX Utility I�nprovements NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Ainount and the next selected Bidder's Total Bid Arriount. SIGNED this 18th day of May , Zp 20 , By: PCI Construction, Inc. • � � � (G . l,l �(�%��'�ignature and Title of Principal) � Q� ��t�}�JU(��' By: North American Specialty Insurance Company � a � � �. �. '�c�_ � � , . Debra Lee Moon (Signature of *Attach Power of Attorney (Surety) for Attoiney-in-Fact END OF SECTION =Fact) Impressed Surety Seal Only CIlY OF FORT WORTH STANDARDCONSfRUCTION�IDBONDFORM—DEVELOPERAWARDEDPROJEC7S 004313 Bid6ond DAP Form Versfon April 2, 2014 SWISS R� CORPORAT� SOLLJTIONS NORTH AMERICAN SPECIALT`Y INSURANCE COMPANY WASHINGTON 1NTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION G�NERAL POWER OF AT"I'ORNEY KNOW ALL MI:N I3Y THESC PRIiS�NTS, TIIAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal ofl7ce in the City of Kanses City, Missouri and Washington International Insurance Company a corporation organized and existing under the laws of the State of New HTmpshire and having its princip�l office in the City of ICansas City, Missouri and W�stport Insura�ice Corporalion, or anized und�r the laws of the State of Missouri, and having its principal office in the City of Kansas City, l'vlissoun, each does hereby make constitu�e and appomt: JOHN WILLIAM NEWBY, TROY RUSSELL KEY, DEBRA LEE MOON, ANDREA ROSE CRAWFORD, SANDRA LE� RONEY, SU'LANNE ELIZABETH NIGDZWIEDZ, CHERI LYNN IRBY, AND lOSHUA ll. 'IR1TP, JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal azid deliver, for and on its behalf and as ils act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contrlcts of suretyship as are or may be required or permi�ted by law, regulation, contract or olherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceecJ the amount of: 7'Wp �-�(�.(DRED MILLION ($200,000,000.00) DOLLARS This Po�ver of Attorney is granted and is signed by facsimile under and Uy the authority of the following Resolutions adopted by the Boa��ds of llirectors of North American Specialty Insurance Company and Washington International Insurance Company at mectings duly called and held on Mazch 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 20] 1. "RESOLVED, that any two of the President, any Senior Vice President, any Vice Yresident, any Assistant Vice President, tiie Secretaiy or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Po�ver of Attorney qunlifying the attornay named in the given Power of Attorney to execute on behalf of the Company bonds, underiakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein tlie seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and lhe seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." 1 Hr P\1U11�11114111p ��ECIAI.TY��^�., .•""����(IONA 4ri� ��J5v �ks 1 as ��P . � iN � Y , �4�iiPdqq�. G : � ,`<4: GOPf'Ol�T!rG & FF{�SEAL��'�� _ _•` s�,a� � �� a �', <<rg 2 t�7L jn s is'�?-m �8%.3 4i, �� 'Li O �'��.y ��;,NArnPSN�Q'���}r 3�y'nb��(���y�F� y� �'`�I �i �/•••.�..•'�"JAr ��. '�x, 7� o+" °j�amuuu�m��oa� ��IIMIIVV� By Gn��_ Steven . nderson, rmor ce res ent o es nngmn nlerne ione nsurance f.ompxny & Senior Vice Pruldent af Norlh Americnn Specielty ]nsuronct Company & Smfor Vicc President of \Veslport Insurenre Carpornlion �BYinel A. �io, Sen or Vice President o!\ mhinglon Infemxtfonql lns�u•anre Company & Senior Vice Pmsidml ofNorlh Miericnn Speclally ln�urnnce Compnny & Seaior Vice President of Wealport Insur�nce Corporwlian Kaunih ��� s���� �4 tti .��, j+� •# � im��"` IN WI'INESS WHEREOF, North American 3pecialty Insurance Company, Washington ]nternational Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this �th day of FEBRUARY 20 21 State of Illinois County of Cook ss: North Amcrics�n Specialty Insurancc Compnny Washington Intern�tional Insurancc Company Westport Insurance Corpm�ation On this 9th day of FEBRUARY � 20 ��, before mc, allotary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vicc Presidcnt ofNorth American Specialty Insurance Company and Senior Vice Pr�sident of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Inswance Company and 5enior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they sigtted ihe above Power of Attorney as officers of and acknowledged said instrument to be jhe voluntary act and deed of tUeir respective companies. OFFIML SEAI �\' � � ; M. KENNY \�.. �, '� \ ` �� \>._ �. Not�ry Pu61it_ Slalc nl llliuui�. �'�. . .' MyCummissfonErpurs M, Kenn ri��ill Pnblic ��� tyauaort Y� y � I, Jeffrey Goldberg , tlie duly elected Vice President and Assistant Secreta�y ofNorth American Specialty lnsurance Company, Washingtou International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of'a Po�ver of Attorney given by said Noi�th American Specialty Insurance Compa�iy, Washington Internatiaial Insurance Company and Westport Insuraitce Corporation which is still in fiill force and effect. IN WITNESS WHEREOF, [ have set my liand and aftixed the seals of the Compuiies this 1Rt�� day of MaY , 20 �� /f./%��� �� - lefPrey Goldberg: Vico Presidenl R Aszislnnl Secre�nry,of Wazhinglon Inlemalional ]nsurence Copipany 3 North Americnn Specinity Insurnnce Compnny & Vice Pras�dont & Assistam Secretary of Wes�pon Insurance Coryorn�ion North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation TEXAS CLAIMS INFORMATIOIV IMPORTANT NOTICE ADVISO IMPORTANTE In order to obtain information or make a complaint: You may contact Jeffrey Goldberg, Vice President — Claims at 1-800-338-0753 Para obtener informacion o para someter un queja: Puede comunicarse con Jeffrey Goldberg, Vice President — Claims, al 1-800-338-0753 You may call Washington International Insurance Company and/or North American Specialty Insurance Companf/s and/or Westport Insurance Corporation toll-free number for information or to mal<e a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corparation at the following address: 1200 Main Street Suite 800 Kansas City, MO 64105 Usted puede Ilamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's and/or Westport Insurance Corporation para informacion o para someter una queja al: 1-800-338-07 53 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation al: 1200 Main St�eet Suite 800 Kansas City, MO 647 05 You may contact the Texas Department of Insurance Puede escribir al Departmento de Seguros de Texas to obtain information on companies, coverages, para obtener informacion acerca de companias, rights or complaints at: coberturas, derechos o quejas al: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Bax 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htt�://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us 9 -800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: jlttn://www.tdi.state.bc.us Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATfACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. DISPUTAS SOBRE PRIMAS O RECLAMOS; Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , our principal place of business, are not required to underbid resident bidders. ��- e principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: Company Name Here ��GL�o.�s'�`"{' � "� �d n�y�G �� By: Printed Name Here Address Here �6� z9G -] Address Here or Space �L�i� yH,�i r-�C 7s6Tv City, State Zip Code Here �-- ure Title: Title Here �-�i �•�.� �p r' Date: s =/8 ' Zo Z / �ND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a.A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c.A completed Bidder Prequalification Application. (1)The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2)The firm’s e-mail address and fax number. (3)The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e.Other information as requested by the City. 2. Prequalification Requirements a.Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. Northstar Section 3, Phase 1 City Project No. 103159 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6)The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9)The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b.Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a.The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c.The City will issue a letter as to the status of the prequalification approval. Northstar Section 3, Phase 1 City Project No. 103159 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION Northstar Section 3, Phase 1 City Project No. 103159 ooas iz DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is requii•ed to coinplete the infoi•mation below by identifying the prequalified coilti•acto�•s and/oi• subcontractors whom they intend to utilize foi• the majoj• work type(s) listed. In tlle "Majol• Worlc T�Ue" box provide the compleYe majoi• work type and actual description as pt�ovided by the Water Depat-hnent foi• watei• and sewer and TPW for pavin� Major Work Type Contractor/Subcontt•actor Company Name Pi•equalification Eapii•ation Date WastewaterNew Development, PCI Construction, Inc. Apcil 30, 2022 Rehabilitation, and Redeveloprnent Open Cut and Trenchless (48" and under) Asphalt Paving Constructioi�/Reconstruction (less than 15,000 square yar�ds) 0 0 The undersigned hereby certifies that the conti•actors and/oi• subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: PCI Construction, Inc. P.O. Bo� 2967 McKinney, TX 75070 BY: K in Gerstenkorn — . (Signature) TITLE: Executive VP of Operations DATE: November 9, 2021 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Interceptor Improvements M-295 and M-329 STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECiS City Project No.102152 Form Version September 1, 2015 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page ( of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 S�CTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORICER'S COMPENSATION LAW Pursuant to Teaas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103159. Conti•actor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certi�cates of compliance with worker's compensation coverage. C�Z�7►Y Y 7t � ' PCI Construction, Inc Company P.O. Box 2967 Address By: iC�l%lN C=�1�GI�1KD'R.I� (Please Print) C � Signah�re: McICinney, TX 75070 Title: �E�'f'��VE �%�G� ��Il,, i� City/State/Zip (Please Print) p� (�� c (c�tJs THE STATE OF TEXAS COUNTY OF TARRANT � 0 BEFORE ME the undersigned authority, on this day personally appeared �L�/ l N�-��'TEN KoI� , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of ��i� CON c�l {�l��fGfJ � I NC�� for the purposes and consideration therein expressed aud in the capacity thel•ein stated. GIVEN LTNDER MY HAND AND SEAL OF OFFICE this �i0�' day of ��/t, �.� , 2(�� i-=���..,����--"a-y,�.—_ - `� /�\ eRFE r;,ircf�E�� F �::�� �`, Not�try ID N1239-t-1£375 � �� ��,�_; My Cornmission Expires ="`_ `/ September 26. 2(123 E� � � � . , ..— _ __— -, -_ — c . � r-'L'.i -`. �.-i:J _,l �.—� ._Y ., � �i —� Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised April 2, 2014 Northstar Section 3, Pl�ase 1 City Project No. 103159 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 CITY OF FORT WORTH Northstar Section 3 Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103159 Revised June 16, 2016 SECTION 00 52 43 1 AGREEMENT 2 THIS AGREEMENT, authorized on ______________is made by and between the Developer, 3 D.R. Horton – Texas, Ltd., authorized to do business in Texas (“Developer”) , and PCI 4 Construction, Inc., authorized to do business in Texas, acting by and through its duly authorized 5 representative, (“Contractor”). 6 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 7 follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 12 The City, the MUD, and the Contractor agree that the public infrastructure being constructed 13 under the Contract are being constructed for the benefit of the MUD with ownership and 14 maintenance of the water and sewer public infrastructure to be transferred to the City under a 15 utility conveyance from the MUD to the City after final acceptance of the water and sewer public 16 infrastructure by the City. 17 18 Article 2. PROJECT 19 The project for which the Work under the Contract Documents may be the whole or only a part is 20 generally described as follows: 21 Northstar Section 3 Phase 1_______________________________________________________ 22 CPN 103159 ______________________________________________________ 23 Article 3. CONTRACT TIME 24 3.1 Time is of the essence. 25 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 26 Documents are of the essence to this Contract. 27 3.2 Final Acceptance. 28 The Work will be complete for Final Acceptance within 119 working days after the date 29 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 30 City Conditions of the Construction Contract for Developer Awarded Projects. 31 8/30/2021 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 CITY OF FORT WORTH Northstar Section 3 Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103159 Revised June 16, 2016 3.3 Liquidated damages 32 Contractor recognizes that time is of the essence of this Agreement and that Developer 33 will suffer financial loss if the Work is not completed within the times specified in 34 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 35 the Standard City Conditions of the Construction Contract for Developer Awarded 36 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 37 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 38 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 39 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 40 Developer One Thousand Five Hundred Dollars ($1,500.00) for each day that expires 41 after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the 42 Final Letter of Acceptance. 43 Article 4. CONTRACT PRICE 44 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 45 Documents an amount in current funds of two million, six hundred forty-five thousand, seven 46 hundred thirty-two dollars and fifty cents ($2,645,732.50). 47 Article 5. CONTRACT DOCUMENTS 48 5.1 CONTENTS: 49 A. The Contract Documents which comprise the entire agreement between Developer and 50 Contractor concerning the Work consist of the following: 51 1. This Agreement. 52 2. Attachments to this Agreement: 53 a. Bid Form (As provided by Developer) 54 1) Proposal Form (DAP Version) 55 2) Prequalification Statement 56 3) State and Federal documents 57 b. Insurance ACORD Form(s) 58 c. Payment Bond (DAP Version) 59 d. Performance Bond (DAP Version) 60 e. Maintenance Bond (DAP Version) 61 f. Power of Attorney for the Bonds 62 g. Worker’s Compensation Affidavit 63 h. MBE and/or SBE Commitment Form (If required) 64 3. Standard City General Conditions of the Construction Contract for Developer 65 Awarded Projects. 66 4. Supplementary Conditions. 67 5. Specifications specifically made a part of the Contract Documents by attachment 68 or, if not attached, as incorporated by reference and described in the Table of 69 Contents of the Project’s Contract Documents. 70 6. Drawings. 71 7. Addenda. 72 8. Documentation submitted by Contractor prior to Notice of Award. 73 9. The following which may be delivered or issued after the Effective Date of the 74 Agreement and, if issued, become an incorporated part of the Contract Documents: 75 005243-3 Developer Awarded Project Agreement Page 3 of 4 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 a. Notice to Proceed. b. Field Orders. c. Change Ordeis. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the woi•k and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification nrovision is snecificallv intended to operate and be effective even if it is alle�ed or nroven that all or some of the dama�es bein� sou�ht were caused, in whole or in part, by anv act, omission or ne�li�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Conti�actor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officei•s, 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 undei• this contract. This indemnification provision is specifically intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sought were caused, in whole or in part, bv any act, omission or ne�li�ence of the city. Article 7. MISCELLANEOUS 103 7.1 Terms. 104 Terms used in this Agreement are defined in Article 1 of the Standacd City Conditions of 105 the Construction Contract for Developer Awarded Projects. 106 7.2 Assigmnent of Conti•act. 107 This Agreement, including all of the Contract Documents may not be assigned by the 108 Conti•actor without the advanced eapress wi•itten consent of the Developer•. 109 7.3 Successors and Assigns. 110 Developei• and Conti•actor each binds itself, its partners, successors, assigns and legal 111 representatives to the other party hereto, in respect to all covenants, agreements and 112 obligations contained in the Contract Documents. 113 7.4 Severability. 114 Any provision o�• part of the Conh�act Documents held to be unconstitutional, void or 115 unenfol•ceable by a court of competent jurisdiction shall be deemed stric]<en, and all 116 i•emaining provisions shall continue to be valid and binding upon DEVELOPER and 117 CONTRACTOR. CITY OF FORT WORTH Northstar Section 3 Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103159 Revised June 16, 2016 OD5243-4 fleveioper Awardetl Praject Agreemeni Page 4 of 4 1 I8 7.5 Gaverning Lays� and Venue. i 19 This Agreemer�i, inctuding ail of the Coniract Documents is performable in the State of 12� Texas. Venue �hall be Tarrant County, Texas, or the United Siates District Court far the l21 Narthern District of Te�s, Fort Worth Division. I22 i23 7.6 Authority to Sign. i 24 Cc�n#ractor shall attach evidence of authority to sign Agreerr�ent, if oiher than duly l2S autl�orized signatory af the Contractor. I2fi 127 IN W3TNESS WHEREOF, Develop�r and Ce,�tractor have executed this Agreerr�en� in rr�ultipla i28 co�nterparts. i29 13� This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 131 Contractor: PCI Construction, Inc. � ---_ B : {Signature) Developer: D.R. Horton — Texas, Ltd. B : _ t <_-__-�.- -_ (Signature) KEV�N C���ST�N �iJ 1-�r,�q�-►E� /v!, Gjtirk �K�CC.ETi V� �G� ��s:�.�-�r" o� �s��+,��+ �/ �c� . �r��: �e�+ p"��np� {Printed Name) {Printed Name) TitIe: Company Na�ne: PCI Construetion, Inc Address: P.O. Box 2967 332 CitylStatelZip. McKinney, TX 7507D ���� � �— Date Title: Company name: D.R. Hortan — Texas, Ltd. Address: 6751 North Freeway Ci#y/State/Zip: Fort Worth, Texas 76131 L� - �- z ( Date CITY OF FORT W�RTH IVorthstar Sectian 3 Phase E STANDAftD Ci)NSi'RIICTION 3PECIFICATI(3iV DOCiJMENTS — BEVELflPER AWA.RDED PROJEC�'S CPiV 103 t 59 Revised June E6, 2016 30thAugust21 30thAugust21 006213-3 P�RPORMANCC BOND Page 3 oF3 The date of the bond shall not be prior to the date the Contract is awarded. Cfl'Y OP fORT WORTH Northstar Scccion 3, Ph�sc 1 STANDARD CCI'Y CONDITIONS — DEVELOPCR AWARDGD PROJECI'S City Projcct No. 103159 Revised January 31, 2012 30thAugust21 30thAugust21 30thAugust21 0062�9-z MAINTENANCE BOND Pagc 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. ' 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 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 all assaciated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any le�al action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CffY Or FORT WORTH Nonhstar Section 3, Phasc 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDGD PROJGCfS Ciry Project No. 103159 Revised ]unuary 31, 2012 30thAugust21 SWISS RE CORPORA,TE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL 1NSURANCE COMPANY WESTPORT INSURANCE GORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRES�NTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and havinp its principal oi'iice in thc City of Kansas City, Missouri and Washington ]ntemational Insurance Company a corporation organized and existmg under the laws of Ihe State of Ncw %Iampshire and having its principal office in the City of Kansas City, Missouri qnd Wgstport Insurance Corporation, Q anized und�r the laws of the State of Missouri, and having ils principal office in the City of Kansas Clty, l�lissoun, each does hereby make consti �e end appoint: JOHN WILLIAM NEWBY, TROY RUSSELL KEY, DEBRA LEE MOON, ANDREA ROSE CRAWFORD, SANDRA LEE RONEY, SUZANNE ELIZAT3ECH NIED'LWIEDZ, CHERf LYNN IRBY, AND JOSHUA D. TRITT, JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behelf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companics, as surety, on contructs of suretyship as are ar may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undcrtaking or contract or sureryship executed under this authority shall exceed the amount of: 'ryy0 IiUNDR�D MILLION ($200,000,000.00) DOLLARS This Power of Attarney is granted and is signed by facsimile under and by thc authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington international insurance Company at meetings duly called end held on March 24, 2000 and Westporl Insurance Corporation by writtcn consent of its Executivc Committee dated July I8, 2011. "RESOLVED, that any two of thc President, any Scnior Vice Presidcnt, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and cach or any of them hereby is authorized to execute a Power of Attomey qualifying the attomey named in the given Power of Attomey to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution oP any such Power of Attorney and to attach therein the seal of the Company; and it is F[JRTHER RESOLVED, that the signature of such officcrs and the senl of the Company may be affixcd to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Auomey or certificate bearing such facsimile signatures or facsimile sesl shall be binding upon the Company whcn so affixed and in the future with regard to any bond, undcriaking or contract of surety to which it is attached." ,�,,,.�,,,,, m��.nuu,� �EGN-iY'�,'�0`+�,, �p�1� Z`ION�� �pW��1?i� v7 GORPO/j�T!j'G �� SEA�. ��� SEAL �`�i t r ��= f �= f0 �,�g'��,,s� 1873��,� °ti;%y��� ,y�*w�+ .. � . * B G�' _� Sec on . n crion, en or « r'tt enl a u mr on n�em� ian■ ntunnm Campmy & Senlar Vlx Pmldent af Nortd Amerlan Sped�t�y Imunnee Comp�oy & Scnior Vicc PrcsiJeut of Wntport Iniuranee Corporallon Mlahic A. m, en or ce ' w��f ntiT gt0� �ntemPhDnTf funlnce �ompaor & Senlor Vtce Prdidrnt of rorth Ameriean Speci�lty Insurnnce Company & Srnlar Vlce Prcsidcal of Walport Inrursnce Corporatlon IN WITNESS WHEREOF, Norih American Specialty Insurance Company, Washington Intemational Insurance Company and Westport Insurance Corporation havc caused their official scals to bc hereunto affixed, and thesc prescnts to be signed by their authorizcd officers this ��S 9th day of FEBRUARY , Zp 2l State of Illinois County of Cook ss: North Amcrican Specialty Insurance Company Washington International Insurancc Company Westport Insurancc Corporation On this 9th day of FEBRUARY , 20 z t• beforc me, a Notary Public personally appeared Stcvcn P. Anderson , Senior Vice President of Washington Intemational Insurance Company and Senior Vice President of Norlh American Specialty Insurance Company and Senior Vice President of Westport insurance Corporation and Michacl A. Ito Senior Vicc President of Washington Intcrnational Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vicc Presidcnt of Wcstpori Insurance Corporation, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officars of and acknowledged said instrument to be the voluntary act and deed of their respectivc companies. oii�w►rv� �� � Notary Pul�ffc • Su�tc nf Alumis - -, • �; "'Yc,��=or �"`Y ' M. Kenny, Notary Public ; , ' � — .. � � I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North Amcrican Specialty Insurance Company, V�►ashington =� Intemational Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy-e€a Power of Attorney given by said North American 5pecialty Insurance Company, Washington Intemational Insurance Company and V�estport I�ran Corporation which is still in full force and effect. �_ -_� ' _ � IN WITt1ESS WHEREOF, I have set my hand and affixed the scals of the Companies lhis _ day of , 20_ -. �-. �'� ,�����_ • . ,.�.� _,- - - JaRrcy Goldbng, Vicc Prcsidcnl R Auutan� Secrctnry af Wmhin�n Inlcmntional lnsuroncro Compeny & Nonh Amcricnn Specioliy Insurnnce Company & Vla Presidrnt & Ass stan� SecrcUry of Westporl Iiuurnnce Cotporotion North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation TEXAS CLAIMS INFORMATION IMPORTAtiT NOTICE ADVISO IMpnRTANTE In orderto obtain information or make a complaint: You may contact Jeffrey Goldberg, Vice President - Claims at 1-800-338-0753 Para obtener informacion o para someter un queja: Puede comunicarse con Jeffrey Goldberg, vice President - Claims, al 1-800-338-0753 You may call Washington International Insurance Company and/or North American Specialty Insurance Compan�s and/or Westport Insurance Corporation toll-free number for Information or to make a complaint at: 1-800-338-07 S3 You may also write to Washington Intemational Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation at the following address: 1200 Main Street Suite 800 Kansas City, MO 64105 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin,TX 78714-9104 Fax: (512) 475-1777 Web: httn://www_tdi.state.tx.us Email: ConsumerProtection@tdi.state.bc.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Usted puede Ilamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Compan�s and/or Westport Insurance Corporation para informacion o para someter una queja al: 1-500-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation al: 1200 Main Street Suite 800 Kansas City, MO 64105 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 7 -800-252-3439 Puede escribir al Departmento de Seguros de Te�cas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http'II{N1NW.t(�I.StAY�.1X.LS Email: ConsumerProtection@tdi.state,.bc.us DISPUTAS SOBRE PRIMAS O RECLAM05: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. PAVING IMPROVEMENTS 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of I SECTION 00 35 13 CONFLICT OF 1NTEREST AFFIDAVIT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http: //www. ethi cs. state.tx. us/forms/C IQ. pdf http://www.ethics.state.tx.us/forms/CIS.pdf � � � � � � CIQ Form does not apply CIQ Form is on fle with City Secretary CIQ Farm is being provided to the City Secretary CIQ Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Gilco Contracting, Inc. Company 6331 Southwest Blvd Address Benbrook, Texas 76132 City/State/Zip By: Leia McQuien (Please Print) Signature Title: Vice President, Operations (Please Print) END OF SECTION CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised August 21, 2018 00 41 00 BID FORM Page 1 of 3 TO: Unit V: Street Lighting Improvements Unit VI: Traffic Signal Improvements 2.1. 2.2. 2.3. 2.4. 2.5. 2.6. a. b. c. SECTION 00 41 00 BID FORM Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. Bidder has not solicited or induced any individual or entity to refrain from bidding. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. FOR: City Project No.: Northstar, Section 3 Phase 1 Utility, Paving and Street Light Improvements 103159 LJA Engineering, Inc. 1. Enter Into Agreement Electronic Submission Units/Sections:Unit I: Water Improvements Unit II: Sanitary Sewer Improvements Unit III: Drainage Improvements Unit IV: Paving Improvements 2. BIDDER Acknowledgements and Certification In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form.xls 00 41 00 BID FORM Page 2 of 3 d. a. b. c. d. 4.1. 4.2. a. b. c. d. e. f. g. h. 6.1. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount This Bid Form, Section 00 41 00 Proposal Form, Section 00 42 43 Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 MWBE Forms (optional at time of bid) competitive levels. days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. Prequalification Statement, Section 00 45 12 Conflict of Interest Affidavit, Section 00 35 13 5. Attached to this Bid The following documents are attached to and made a part of this Bid: *If necessary, CIQ or CIS forms are to be provided directly to City Secretary 3. Prequalification Street Lighting Traffic Signal 4. Time of Completion The Work will be complete for Final Acceptance within 55 working "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Paving Utility CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form.xls 00 41 00 BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> Total Base Bid <use this if applicable, otherwise delete $1,431,500.13 Alternate Bid <use this if applicable, otherwise delete> $0.00 Deductive Alternate<use this if applicable, otherwise $0.00 Additive Alternate <use this if applicable, otherwise $0.00 Total Bid $1,431,500.13 7. Bid Submittal This Bid is submitted on May 18, 2021 Respectfully submitt�d, By: V ' \.� (Signature) Leia McQuien (Printed Name) by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Title: Vice President, Operations Company: Gilco Contracting, Inc. Address: 6331 Southwest Blvd. Benbrook, TX 76132 State of Incorporation: Texas Email: leia(a�qilcocontractinq.com Phone: 817-735-1600 END OF SECTION Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 Copy of 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form.xfs 00 �2 33 DAP - BID PROPOSAL Page a of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item [nformation Bidder's Proposal Bidlist Item Description Specification Unit of B�d Unit Price Bid Value No. Section No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime (30 Ibs/sy) 32 11 29 TN 324 $165.00 $53,460.00 2 3211.0400 Hydrated Lime (36 Ibs/sy) 32 11 29 TN 182 $165.00 $30,030.00 3 3211.0501 6" Lime Treatment 32 11 29 SY 21563 $3.36 $72,451.68 4 3211.0502 8" Lime Treatment 32 11 29 SY 10071 $3.36 $33,838.56 5 3213.0101 6" Conc Pvmt 32 13 13 SY 20243 $35.62 $721,055.66 6 3213.0302 5' Conc Sidewalk � 32 13 20 SF 8085 $5.95 $48,105.75 7 3213.0303 6' Conc Sidewalk � 32 13 20 SF 2905 $6.00 $17,430.00 8 3213.0501 Barrier Free Ramp, Type R-1 � 32 13 20 EA 8 $2,100.00 $16,800.00 9 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 14 $2,100.00 $29,400.00 _. 10 3291.0100 Topsoil 32 91 19 CY 224 $38.35 $8,590.40 11 3292.0100 Block Sod Replacement 32 92 13 SY 1344 $8.50 $11,424.00 12 9999.0018 7.5" Conc Pvmt 00 00 00 SY 9588 $39.44 $378,150.72 13 9999.0019 Remove Barricade and Connect to Existing 00 00 00 EA 4 $500.00 $2,000.00 14 9999.0020 Stop Signs 00 00 00 EA 12 $83.33 $999.96 15 9999.0021 Street Name Blade 00 00 00 EA 30 $177.78 $5,333.40 16 9999.0022 Construct Std. Pavement Header 00 00 00 LF 66 $10.00 $660.00 17 9999.0023 Construct Type III Barricade 00 00 00 EA 2 $885.00 $1,770.00 18 19 20 21 22 __ _-- 23 _ .- . 24 ___ _ ^._ 25 _- - - - ___._. 26 - - -- _._.�._ _._.., 27 28 __� _ _- _ ._ ___._ 29 30 ------- ---- ---__ -_ 31 -_ �_ _- _ . _. 32 ----� � � ---- _ -._ __ �.� _ __ 33 � -- 34 35 _. _ _ 36 ----- -- - --.. _..__ 37 ____ _ _._. 38 _ ------...-_--------____ _� ... 39 ---- - - -- 40 ^ _� -^ `_ _.. _�_ �__.___ __,._... 41 42 _ ._.________ �_ �..- 43 --- -------- -._._ _-. _ ---------_._..�._---_______-------- --- 44 45 TOTAL UNIT IV: PAVING IMPROVEMENTS $1,431,500.13 CITY OF EORT WORTH STANDARD CONSTRL'CTION SPECIFlC.4TION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Versfon Mav 22 2u 19 0012 J3_Bid Proposal_DAP working 00 43 13 BID BOND Page 1 of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Gilco Contracting, Inc. , known as "Bidder" herein and Liberty Mutual Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Northstar, Section 3 Phase 1 Utility, Paving and Street Light Improvements NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 14th day of May , 2�21. PRINCIPAL: Gilco Contrac 'ng, Inc. BY: ignature ATTEST: —� " Leia McQuien, Vice President, Operations Witness as to Principal Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form 00 43 13 BID BOND Page 2 of 2 Address: 6331 Souhtwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual Insurance Company BY: C�����'l�u T7��� Sign ture Sophinie Hunter, Attorney-In-Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 � .. ,,, ,.��,.ras�..• i ►�c.i a,4�u-- Witness as to Surety Telephone Number: 214-989-0000 Attach Power of Attorney (Surety) for Attorney-in-Fact 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form ' � Liberty Mutual�. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in Ihe manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8205467-022020 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Don E. Comell; Joshua Saunders; Kelly A. Westbrook; Mikaela Peppers; Ricardo J. Reyna; Robbi Morales; Sophinie Hunter, Tina McEwan; Tonie Petranek all of the city of Dallas state of TX each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and tleed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNE55 WHEREOF, this Power of Attorney has been subscribed by an authorized officer or offcial of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of April , 2021 . � � N c N s � State of PENNSYLVANIA � a, County of MONTGOMERY Liberty Mutual Insurance Company P� 1NSURq P�SY INgU� �\NSURq The Ohio Casualty Insurance Company .�� �oaPORqr �� yJ �ORP�RqT '�y �GP VORP�R4� �� West American Insurance Company J 3 Fo c� Q' 3 Fo c� � 3 Fo c� /} �;1912yo oZ1919�o Q 1991 o ii� /'/ //' � /� /�g�/ rd�19s'SACHU`+�~da y� ��HAMPS�� D� '( �NDIANP � �r"',�i�5�1S�': "" ��` ��� * *� ,,yl * ��a s�M * *�d gY: � r�--_ David M. Carey, Assistant Secretary � On this 23rd day of April , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance � Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes � therein contained bv sipninp on behalf of the coroorations bv himself as a dulv authorized offcer. a� �° _� _-a �'� � � � L dj O O � C �p N N m � � L m� L � Q ,� � � L ++ Q � > � L � � Z U IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. .a'� �'3 �V�`•�. ' � � �%� qd ,.,� ` Commonwealth of Pennsylvania Notary Seal Teresa Pastella, Nolary Public � J/(� �. Montgomery Counry -(� %f �� My commission expires March 28, 2025 By• ,L/j,l�Q9C.: 1(.{�� d�' Commission number 1126044 Member, Pennsylvania Association of Notaries eresa Pastella, Notary Public This Power of Attorney is made and executed pursuant~to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV—OFFICERS: Section 12. PowerofAttorney. Any offcer or other offcial of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the offcer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the presitlent may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and altested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certifed copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the untlersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insuiance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affxed the seals of said Companies this 14th day of n�ay , 2021 . � \NSUR �ZY INSG � \NS��, hJp'o�aPOR'°r'9yn SJPo�aeoRq?'S'q2 �Q' p{tP0l7,9�qy � _ �� � �� 2 �� R' w 24 �� �� ����� Y�1912�yo oy1919�o Q 1991 0 � ~�'�g�, c*u5�ada3 y��'y1 q*p5ti��a� �5�� o*N ��aa3 BY. Renee C. Llewellyn, Assistant Secretary � U s� r� : � :E O� � � N 3� O cN,� �� `oo -a � m— � U c � N m `o� � n LMS-12873 LMIC OCIC WAIC Multi Co 02/21 w s� t�����i r� � TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (11 l-lA) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection�a,tdi.texas.�v_ PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede ]lamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: http://www.tdi.texas. o�v E-mail: ConsumerProtection a,tdi.texas.�ov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. NP 70 68 09 Ol LMS-15292 10/15 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. C� BIDDER: Company Name Here Gilco Contracting, Inc. Address Here 6331 Southwest Blvd Address Here or Space City, State Zip Code Here Benbrook, Texas 76132 By: Printed Name Here e� cQuien (Signature) Title: Title Here Vice President, Operations D2t2: 5-18-2021 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a.A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c.A completed Bidder Prequalification Application. (1)The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2)The firm’s e-mail address and fax number. (3)The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e.Other information as requested by the City. 2. Prequalification Requirements a.Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. Northstar Section 3, Phase 1 City Project No. 103159 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6)The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9)The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b.Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a.The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c.The City will issue a letter as to the status of the prequalification approval. Northstar Section 3, Phase 1 City Project No. 103159 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION Northstar Section 3, Phase 1 City Project No. 103159 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Paving Gilco Contracting, Inc. 11/30/2022 Utility Street Lighting Traffic Signal The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed, BIDDER: Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook, TX 76132 : Leia McQuien � (Signature) Title: Vice President, Operations Date: 5 � � (� I � � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 END OF SECTION Copy of 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form.xls 00 45 26 - I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 �� 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Ki� 40 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103159. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Gilco Contractin�, Inc. gy: Leia McQuien Company (Please Print) i 6331 Southwest Boulevard Signature: Address Benbrook Texas 76132 Title: Vice President, Operations City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OFTARRANT � � BEFORE ME, the undersigned authority, on this day personally appeared Leia McQuien , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Uilco Contracting, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN LJNDER MY HAND AND SEAL OF OFFICE this 28 day of July , 20 21 a�u�i {�.. y � ,���'µYPv���� THERESA P. BOARDMAN �r� �-; µ �'..i��i,,. i°:•' ��,.Notary Public, State ot Texas �Notary Public in and for the State of Texas `���'�: Comm. Expires 04-13-2024 ��:'� of'i�,+o� �ry„�,����� Notaty ID 10589053 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC(FICATION DOCUMENTS Revised Apri] 2, 2014 Northstar Section 3, Phase 1 Ciry ProjectNo. 103159 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 CITY OF FORT WORTH Northstar Section 3 Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103159 Revised June 16, 2016 SECTION 00 52 43 1 AGREEMENT 2 THIS AGREEMENT, authorized on ______________is made by and between the Developer, 3 D.R. Horton – Texas, Ltd., authorized to do business in Texas (“Developer”) , and Gilco4 Contracting, Inc., authorized to do business in Texas, acting by and through its duly authorized 5 representative, (“Contractor”). 6 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 7 follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 12 The City, the MUD, and the Contractor agree that the public infrastructure being constructed 13 under the Contract are being constructed for the benefit of the MUD with ownership and 14 maintenance of the water and sewer public infrastructure to be transferred to the City under a 15 utility conveyance from the MUD to the City after final acceptance of the water and sewer public 16 infrastructure by the City. 17 18 Article 2. PROJECT 19 The project for which the Work under the Contract Documents may be the whole or only a part is 20 generally described as follows: 21 Northstar Section 3 Phase 1_______________________________________________________ 22 CPN 103159 ______________________________________________________ 23 Article 3. CONTRACT TIME 24 3.1 Time is of the essence. 25 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 26 Documents are of the essence to this Contract. 27 3.2 Final Acceptance. 28 29 30 The Work will be complete for Final Acceptance within 55 working days after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 31 8/30/2021 005243-2 Developer Awarded Project Agreement Page 2 of 4 32 33 Liquidated damages 33 34 35 36 37 38 39 40 41 42 43 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages far delay (but not as a penalty), Contractor shall pay Developer One Thousand Five Hundred Dollars ($1,500.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. 44 Article 4. CONTRACT PRICE 45 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 46 Documents an amount in current funds of one million, four hundred thirtZ-one thousand, five 47 hundred dollars and 13 cents ($1,431,500.13). 48 Article 5. CONTRACT DOCUMENTS 49 5.1 CONTENTS: 50 A. The Contract Documents which comprise the entire agreement between Developer and 51 Contractor concerning the Work consist of the following: 52 L This Agreement. 53 2. Attachments to this Agreement: 54 a. Bid Form (As provided by Developer) 55 1) Proposal Form (DAP Version) 56 2) Prequalification Statement 57 3) State and Federal documents 58 b. Insurance ACORD Form(s) 59 c. Payment Bond (DAP Version) 60 d. Performance Bond (DAP Version) 61 e. Maintenance Bond (DAP Version) 62 £ Power of Attorney for the Bonds 63 g. Worker's Compensation Affidavit 64 h. MBE and/or SBE Commitment Form (If required) 65 3. Standard City General Conditions of the Construction Contract for Developer 66 Awarded Projects. 67 4. Supplementary Conditions. 68 5. Specifications specifically made a part of the Contract Documents by attachment 69 or, if not attached, as incorporated by reference and described in the Table of 70 Contents of the Project's Contract Documents. 71 6. Drawings. 72 7. Addenda. 73 8. Documentation submitted by Contractor prior to Notice of Award. 74 9. The following which may be delivered or issued after the Effective Date of the 75 Agreement and, if issued, become an incorporated part of the Contract Documents: CITY OF FORT WORTH Northstar Section 3 Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVEI,OPER AWARDED PROJECTS CPN 103159 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of4 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification qrovision is specificallv intended to operate and be effective even if it is alleged or proven that all or some of the dama�es being sought were caused, in whole or in part, bv anv act, omission or ne�li�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the dama�es being sou�ht were caused, in whole or in part, bv anv act, omission or nealigence of the citv. Article 7. MISCELLANEOUS 103 7.1 Terms. 104 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 105 the Construction Contract for Developer Awarded Projects. 106 7.2 Assignment of Contract. 107 This Agreement, including all of the Contract Documents may not be assigned by the 108 Contractor without the advanced express written consent of the Developer. 109 7.3 Successors and Assigns. 110 Developer and Contractor each binds itself, its partners, successars, assigns and legal lll representatives to the other party hereto, in respect to all covenants, agreements and 112 obligations contained in the Contract Documents. ll3 7.4 Severability. 114 Any provision ar part of the Contract Documents held to be unconstitutional, void or 115 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all ll6 remaining provisions shall continue to be valid and binding upon DEVELOPER and 117 CONTRACTOR. C[TY OF FORT WORTH Northstar Section 3 Phase I STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103159 Revised June l6, 2016 7/28/2021 August 30th August 21 August 30th August 21 August 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 006219-2 MAINTENANCE BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving ��otice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactary to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shal] lie in Tarrant Cou�lty, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 3l, 2012 Northstar Section 3, Phase 1 City Project No. 103159 30th August 21 • Liberty Mutual�. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia - Commonwealth of Pennsylvania - Notary Seal `� �� � Teresa Pastella, Notary Public � - � Mont mer C t KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporafion duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Don E. Cornell; Joshua Saunders; Kelly A. Westbrook, Mikaela Peppers; Ricardo.l. Reyna; Robbi Morales; Sophinie Hunter, Tina McEwan; Tonie Petranek all of the city of Dallas state of TX each intlividually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of April , 2021 State of PENNSYLVANIA County of MONTGOMERY Liberty Mutual Insurance Company ��Ns�R ��v iNs� a 1NSU�,q The Ohio Casualty Insurance Company �JP�oaPORqr�2� yJPG�FP4R,qTR'Yy `P400.POR4T�i'� WestAmericanlnsuranceCompany J 3 o m � 3 o m � 3 o m -1 � 1912 � oy1919�0 � 1991 o r /'� //f � ,,/ �y�` /,,,� �j)9SS4CHU`'��.aa y� ��HAMPS�� a� `! �NOIANP a3 ll. /�il/�-M r ...' c,'�",.. e�� * �� ,�yl * *�a s�M ,r ��a BY� /. David M. Carey, Assistant Secretary U � On this 23rd day of April , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance �� Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes �� therein contained by signing on behalf of the corporations by himself as a tluly authorized officer. N � _ 3 � c •N cu o °� � O O � C � � � �� co � � � L �' � ,� � - � � � � a c� — � Pennsylvania, on the day and year frst above written. QO N a0 go y oun y My commission expires March 28, 2025 By• �p � Commission num6er 1126044 Member. Pennsylvania Associalion of No�aries eresa Paste Certifcate No: 8205467-022020 / � Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: � ARTICLE IV — OFFICERS: Section 12. Power of Attorney. �� Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the a � President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety �� any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such �� instruments shall be as bindin as if si ned b the President and attested to b the Secreta An ower or authorit ranted to an re resentative or attome in-fact under the Z c� 9 9 Y Y ry Y P Y 9 Y p Y- provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE Xill — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bontls, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have fuil power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge antl deliver as surety any and all undertakings, bonds, recognizances and other surety obiigations. Authorization — By unanimous consent of the Company's Boartl of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixetl. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and corre�t copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of � \NSUR ��Y INSV � 1NSt��,q �JQ'GoavoRqT"�2C� `jJPGO(+POr7qT�'Y2 VPGpiyPORq. 'L� r F a F a F 1���'� f' � 1912 � o 0 1919 � � � 1991 � o '� ����.�G�._.. Y 9s .��" 3 i�F �.� o � � By. <<i'w�wL��� �'� Sq�H�s� .aa °�"aaMPs�' da� �s ��'DIpNP ,da Renee C. Llewell n Assistant Secretar g�� * �� '��''1 � �� �M ,r T� Y , Y � �c0 i� O� � O 00 � � N 3 °O O M 1� 00 a� ca — � U C LMS-12873 LMIC OCIC WAIC Multi Co 02/21 w rti ���I�, �: �� , . TEXAS IMPORTANT NOTICE To obtain information or make a complaint You may call toll-free for infonnation or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain inforn�ation on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas. o�v E-mail: ConsumerProtection(�a tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVISO IMPORTANTE Para obtener inforn�acion o para someter una queja: Usted p�iede llamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection(a�tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. NP70680901 LMS-15292 10/15 STREET LIGHT IMPROVEMENTS 00 35 13 - l CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http://www.ethics.state.tx.us/forms/CIO.pdf http://www.ethics.state.tx.us/forms/CIS pdf � CIQ Form does not apply � � 0 � 0 CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIQ Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Independent Utility Construction, Inc. Company 5109 Sun Valley Drive Address Fort Worth, TX 76119 City/State/Zip By: Richard Wolfe 1 ase Print) Signature: Title: President (Please Print) END OF SECTION CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised August 21, 2018 00 41 00BID FORMPage 1 of 3TO: Unit V: Street Lighting ImprovementsUnit VI: Traffic Signal Improvements2.1. 2.2. 2.3. 2.4. 2.5. 2.6. a.b.c.SECTION 00 41 00BID FORMBidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid."collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels.Bidder has not solicited or induced any individual or entity to refrain from bidding.Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph:"corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process."fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition.FOR:City Project No.:Northstar, Section 3 Phase 1Utility, Paving and Street Light Improvements103159LJA Engineering, Inc.1. Enter Into AgreementElectronic SubmissionUnits/Sections:Unit I: Water ImprovementsUnit II: Sanitary Sewer ImprovementsUnit III: Drainage ImprovementsUnit IV: Paving Improvements2. BIDDER Acknowledgements and CertificationIn submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS andINSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the formincluded in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documentsfor the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and willprovide a valid insurance certificate meeting all requirements within 14 days of notification of award.Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosedindividual or entity and is not submitted in conformity with any collusive agreement or rules of any group,association, organization, or corporation.CITY OF FORT WORTHSTANDARD CONSTRUCTION SPECIFICATION DOCUMENTSForm Revised March 9, 202000 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form.xls 00 41 00 BID FORM Page 2 of 3 d. a. b. c. d. 4.1. 4.2. a. b. c. d. e. f. g. h. 6.1. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount This Bid Form, Section 00 41 00 Proposal Form, Section 00 42 43 Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 MWBE Forms (optional at time of bid) competitive levels. days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. Prequalification Statement, Section 00 45 12 Conflict of Interest Affidavit, Section 00 35 13 5. Attached to this Bid The following documents are attached to and made a part of this Bid: *If necessary, CIQ or CIS forms are to be provided directly to City Secretary 3. Prequalification Street Lighting Traffic Signal 4. Time of Completion The Work will be complete for Final Acceptance within 60 working "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Paving Utility CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form.xls 00 41 00 BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items N/A Total Base Bid $310,870.11 Alternate Bid Deductive Alternate• Additive Alternate Total Bid 7. Bid Submittal This Bid is submitted on N/A N/A N/A 05/18/2021 Respectfull mitted, �� By: (Signature) Richard Wolfe (Printed Name) $310,870.11 by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Title: President Company: Independent Utility Construction, Inc. � Address: 5109 Sun Valley Drive Fort Worth, TX 76119 State of Incorporation: Texas Email: estimating@iuctx.com Phone: 817-478-4444 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 Corporate Seal: ����►tut!rt�r�i ������pT1ST RUCT� ���i�i `�� J � �......... : � .••' Q � RqT��2'; : j••OQ (�;o � :� _Z;��Ep,� .-�_ �,, . : o — � 2 •. : .�' � . �� �'�)�•• 19 � 9 �: ,��' �: '�I aV ������������ O �� ''''���N�� � EXP� ���0�� 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form 00 42 43 DAP - BID PROPOSAL Page 5 of 7 Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description Bid Quantity Unit Price Bid Value Project Item Information UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure 1 2605.3015 2" CONDT PVC SCH 80 (T)26 05 33 LF 2959 $11.85 $35,064.15 2 3441.1408 NO 6 Insulated Elec Condr 34 41 10 EA 8877 $1.48 $13,137.96 3 3441.3035 Furnish/Install Utility Washington Postlite 34 41 20 EA 59 $3,310.00 $195,290.00 4 3441.3303 Rdwy Illum Foundation TY 7 34 41 20 EA 59 $1,142.00 $67,378.00 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 $310,870.11 UNIT V: STREET LIGHTING IMPROVEMENTS TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP 45 working 00 43 7 � IIID 90N0 Page 1 0/ 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Independent Utility Construction, Inc. known as "Bidder" herein ancl Wes�eld Insurance Company a corporate surety duly authorized to d�: �,. �;;•�:�:;.; ;�?;�:; :;t:.�;> or ���xas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a;; iunicipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5°h) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum weil and tnily to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointiy and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Northstar, Section 3 Phase 1 Utility, Paving and Street Light Improvements NOW, THEREFORE, the condition of this obligation is such that if the City shail award the Contract for the foregoing project to the Principal, and the Principal shalt satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then ihis obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or faiis to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's totai bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legai action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States Distrid Court for the Northern District of Texas, Fort Worth Division. IN WfTNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrumentby duly authorized agents and o�cers on this the 18th day of May , 2p21, PRINCIPAL: Inde endent Utilit �onstruction, Inc. BY: ignature Richard Wdfe, President Name and Title CITY OF FORT WORTH STMDARD CONSTRUCTION SPECIFICATION DOCUMEN'fS Fartn Revised 20177109 00 41 00 00 42 43 00 45 13 00 43 37 00 �512 Bid Fomi 00 43 73 BID 60N0 Page 2 ot 2 / Witness as to Surety Heather Heath Attach Power of Attorney (Surety) for Attorney-in-Fact Address: 5109 Sun Valley Drive Fort Worth, TX 76119 SURETY: Westfield insurance Company �v i Signature Kyle W. Sweeney, Attorney-in-Fact Name and Title Address: 555 Republic Drive, Suite 450 Plano, TX 75074 Telephone Number: 972-516-2600 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obiigation. if Surety's physical address is different from its mailing address, both must be provided. The date of the bond shail not be prior to the date the Contract is awarded. END OF SECTION ����������,��,,. ;�a�`'S` RA���;�, s , n�-: : Wv[� .�: .�' ►J��L ���; ;zi' �•.� 'Y ; ;: , '•....•' ''ry��''��u � n n n � w u`a��``\, crrY oF Foar woHrri STANDAFtD CONSTRUCTION SPECIFICATION DOCUMENTS Form Re�ised 20171109 00 41 00 00 42 43 00 43 13 00 43 37 0015 12 Bid Form THIS POWER Uf= A1 fURNEY SUPERCED[S 11NY PREVIOUS POWER B�Ai<INc; i tlt:i Snnnt POWER # ANO ISSUED PRIOR 10 OA/20/11, F"OR ANY P[RSON OR PERSONS NqMFD BELOW. Generai Power of Attorney CERTIf='IED COPY POWER NO. 4220052 06 Westfield Insurance Co, Westfield Nationai Insurance Co, Ohio Farmers Insurance Co. Westfielci C�nter, Oiiio Know fllf Ibler Ly ]hese {'re:ser:�is, fhat WLSii 1i_i._D INSUR�NC� COMPANY, 'vVE5Ii=1EU� N;\TiONAL INSUi2ANCE COMPAN'f anel OrllO 1�Af�MEIlS INSUKANC6 ::OMPAN'(, corporations, hereinaite; reterred to in(tivid�.iatly as a"Company" and cU!lestively as "Go�ni�anie:, duly organizc:d and t:xisting un:fer th�� law> oi thc State: of Oluv, antl haviny ts prircipai offir,e in Westfield Center; Medina County, Ohio, <90 by the^,e presents makr, constitute and appoint CHARLES D. SWEENEY, MICHAEL. A. SWE[NEY, KYLE W. SWEENEY, ELI7_ABETH GRAY, JOINTLY OR SEVEftALLY of FORT WOf2TH an.l State of TX its true and Iawful AUorney(sj-ir-Fact, wrth fU�l power and auihorit/ ,�iereUy conferred in i"s name, place and ,tead, ta execute, acknewiedge and Gciiver any and all bonds, recognizances, undert2kings, or other instruments or conlracis of suretyship- - - - - - - - - - - - - - � - - - - - - - - - - - - - - - - - - - - - - .. _ .. - - - • - LIMITATION: TFIIS POWER OF AT'iORNEY CANNOT BF USED TO EXECUTE NOiF. GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTFE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby a, fulty and to thr same extent as i( such bonds were signed by �he f'rr.sicient, sealeci with tne corporate seai of the applicable Company 2.nd duly attested I�y it� Secrc;ary, hereby ratifying and r,onfirming al! that t��e saiU nttornrj(s)-in-Fact m2'y d� in the premises. Said appointment is made under and by authority of the following resoiution ado;,ted by the Board o! Uirec!ors oF each of tl-�e WLS�fFiE�D INSURANCE COMPANY, WFS i FIFLD NATIONAL INSURANCt: COMPl1NY and OfilO F/�RM[RS INSURANC[ COi�1r ANY: "Be It Resolved, that the President, any Senior Executive, any Secreiary or any Fidelity & S�_irery Operations Exerutiv� or otner Exerutive �I�all be and is hereby vested with fuil power and autho�ily lo appoint any onc, or more suitahie pnrsons as Attorney!s)-in-Pact to represent anci acl �or and on behalf of the Comp�ny subjesct to Uir following provisions: Thc Attorney-in-Fact. may 5r_ yiven full pewer and authority for and in the name of and on behalf oi the i:onipany, to execuir; acknowledge anU deliver, any and all bonds, reccygnizances, contracts, agreements of indemnity and other conditiorrai or obiigatory iindertakir�c�s and any and al! notices and docurnents canc.eling or terminating the Company's liability thereunder, and any such instniments so executed by any such AtYorney-in-Fact shail be as binding upon the Company as it signed by the President and sealed and a[testetl hy the Corporate Secretary.' "Be it Further {�esolved, that the signature of any such designated person and tl�e seal of thc Company neretofor�� or t�erealter affixed to any pcnver of attomey or any ceriificate relating !hereto by facsimile, and any power of attorney or certificate Uearing facsimile signatures er facsimile seal shal! be valld and binding upon the Company with respect to any bond or undertaking to whicti it is attached." (E7ch adopted at a meeting he�d on February 8, 2000j. In Witness Whereof, WES'fFIE�D INSURANCE (:OMPANY, WESTFIEI_D NATIONAL INSURANCE COMPAPIY and OtilO FAIZMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seais to be hereto affixed ttiis 20tti day of APRIL A.D., 2011 . +,,..,.«.�„»,,. , ,,,,,,,,,,,,,,,, . .,�..,,,, corporete +�r�,�yp,��f+,,, �,.•'���,N,u i WESTFIELD INSURANCE COMPANY Sea�s te�`,: ��•.,C�'�,� ;'`�c;,.. •• ..!l�SG.; .^����.c � WESTFIELD NATIONAL INSURANCE COMPANY Affixed�`v; w. `p; `(o: ••:y=^ ;=��r;'� '•E` OHIO FARMERS INSURANCF COMPANY �r� � ��.� � � u�• S�' �I� � z - _ �: �NAit�EREp .; � , =«.; :�_ � /� _ 1f✓� �1r� �N; � ,nt_ :O: %>� v !_ ��••..` .�. �j��� � �;�. :�o_- 'sa; iaae :� � ' . State of Ohio �""""`"� °���k���� i•"""•��••"''��• ByRichard L. Kinnaird, Jr., National Surety Leade� and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D., 2011 before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides "in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WFST�IELD NATIONAL INSURANCE COMPANY anU GH10 FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows ttie seals of said Companies; that the seals aftixed to said instrument are such corporate seals; that they were so affixed by ordar of the Boards of Directors of said Companics; and that he signed his name thereto by like arder. Notarial „,«.�w,,,ti Seal rr�R� A i. � Affixed '�P` "��/ 'S, : p `�\� �� ��;: -' -=rr` `� r . � • �Iliam J. Kahelin, A ney at Law, Notary Public State of Ohio '= �;� �p My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of AAedina ss.: .,,''q ���� ��'�.r�,. T�oF� I, Frank A. Carrino, Secretary of WESTFI[LD INSURANCE CUMPANY, WESTFIELD NATIUNAL INSURANCE COMPANY and OHIO FARM[RS INSURANCE C,'OMPANY, do hereby certify that the above and foregoinc� is a true and correct copy of a Power of Attorney, executed by said C4mpanies, which is still in fuli force and effed; and furthermore, the resolutions of the Boards of Directors, set out in the Power of I�ttorney aro in tull force and eifed. Q / I Witness Whereof ( have hereunto set my hand and affixed the seais of said Comparajpa��at�M�stfield Center, Ohio, this f 1 �!`day of a.o., � �••'` !SU R '•,,, u � •��j,suR.�,�v'"�,, z� ,;.�";c�N��'^�-., ....«.�.,..,,.,,, ,••�'�:� ...:atiC'- � �,�. o�p,o� `�s•( i�S,., ;�_C "?((�j,_C'� 'v _ '�. ��r.. Y��'•tio; 'U. . �j: ,���... ..-�.�� �44 '��. . �=. �M'•�� 7tii `"1l�. �=(>; 'W,:�i�Mi�[�'o;173 �!� � �t 2a =in: "���`�• :m= -o: ;s_ �� " �• �:-��rj Secrrtary '• �,., ,�. ^r,,��,�`� =.,''. :o, : =,�:,.1848 :� ; prank A.J�¢arrina. $ecreca .ry' =- �+�''"�«...«..,,«" r ..�.. � I•• , � • �'�. `�� � BPOAC2 (combi�ied) (u5-p'l.} • ,. , •••• ''''/���p��u�rnumM��M����`,`• 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. LX BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth, TX 76119 By: ' ard Wolfe (Signa ure) Title: President Date: � ^ 1��� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a.A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c.A completed Bidder Prequalification Application. (1)The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2)The firm’s e-mail address and fax number. (3)The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e.Other information as requested by the City. 2. Prequalification Requirements a.Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. Northstar Section 3, Phase 1 City Project No. 103159 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6)The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9)The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b.Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a.The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c.The City will issue a letter as to the status of the prequalification approval. Northstar Section 3, Phase 1 City Project No. 103159 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION Northstar Section 3, Phase 1 City Project No. 103159 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Paving Utility Street Lighting Independent Utility Construction; Inc. 03/01/2023 Traffic Signal The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Drive B. ichard Wolfe Fort Worth, TX 76119 " � (Signa Title: �President Date: "�� � �� �� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form 00 45 26 - 1 CONTRACTOR COMPLIANCE W[TH WORKER'S COMPENSATION LAW Page 1 of l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103159. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Independent Utility Construction Inc. By: Richard Wolfe Company P ease Print) 5109 Sun Valley Drive Signature: l �`� Address Fort Worth, TX 76119 Title: President City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT § � BEFORE ME, the undersigned authority, on this day personally appeared Richard Wolfe , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Independent Utility Construction, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. -�� GNEN UI� DER MY HAND AND SEAL OF OFFICE this `;�f-'� � day of ; �.e � , 20,�.i "� , 1 � ����,YP �. CHRISTINA GARCIA �/� �',. ,'. ., i ����<,r:��t._ . � �. f �� `'-. . ��lr;:.. Ld : � ✓ :2;�: �: Notary Public, State of Texas Notary Public in and for the State of Texas %a�. '�= Comm. Expires 12-20-2024 ,��rF oF �,``" �i�p����v Not�fy ID 130940785 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Northstar Section 3, Phase 1 City Project No. 103159 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 CITY OF FORT WORTH Northstar Section 3 Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103159 Revised June 16, 2016 SECTION 00 52 43 1 AGREEMENT 2 THIS AGREEMENT, authorized on ______________is made by and between the Developer, 3 D.R. Horton – Texas, Ltd., authorized to do business in Texas (“Developer”) , and Independent4 Utility Construction, Inc., authorized to do business in Texas, acting by and through its duly 5 authorized representative, (“Contractor”). 6 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 7 follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 12 The City, the MUD, and the Contractor agree that the public infrastructure being constructed 13 under the Contract are being constructed for the benefit of the MUD with ownership and 14 maintenance of the water and sewer public infrastructure to be transferred to the City under a 15 utility conveyance from the MUD to the City after final acceptance of the water and sewer public 16 infrastructure by the City. 17 18 Article 2. PROJECT 19 The project for which the Work under the Contract Documents may be the whole or only a part is 20 generally described as follows: 21 Northstar Section 3 Phase 1 _______________________________________________________ 22 CPN 103159 _______________________________________________________ 23 Article 3. CONTRACT TIME 24 3.1 Time is of the essence. 25 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 26 Documents are of the essence to this Contract. 27 3.2 Final Acceptance. 28 29 30 The Work will be complete for Final Acceptance within 45 working days after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 31 8/30/2021 005243-2 Developer Awarded Project Agreement Page 2 of 4 32 3.3 Liquidated damages 33 34 35 36 37 38 39 40 41 42 43 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer One Thousand Five Hundred Dollars ($1,500.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. 44 Article 4. CONTRACT PRICE 45 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 46 Documents an amount in current funds of three hundred ten thousand, ei�ht hundred seventX 47 dollars and eleven cents ($310,870.11). 48 Article 5. CONTRACT DOCUMENTS 49 5.1 CONTENTS: 50 A. The Contract Documents which comprise the entire agreement between Developer and 51 Contractor concerning the Work consist of the following: 52 1. This Agreement. 53 2. Attachments to this Agreement: 54 a. Bid Form (As provided by Developer) 55 1) Proposal Form (DAP Version) 56 2) Prequalification Statement 57 3) State and Federal documents 58 b. Insurance ACORD Form(s) 59 c. Payment Bond (DAP Version) 60 d. Performance Bond (DAP Version) 61 e. Maintenance Bond (DAP Version) 62 £ Power of Attorney for the Bonds 63 g. Worker's Compensation Affidavit 64 h. MBE and/or SBE Commitment Form (If required) 65 3. Standard City General Conditions of the Construction Contract for Developer 66 Awarded Projects. 67 4. Supplementary Conditions. 68 5. Specifications specifically made a part of the Contract Documents by attachment 69 or, if not attached, as incorporated by reference and described in the Table of 70 Contents of the Project's Contract Documents. 71 6. Drawings. 72 7. Addenda. 73 8. Documentation submitted by Contractor prior to Notice of Award. 74 9. The following which may be delivered or issued after the Effective Date of the 75 Agreement and, if issued, become an incorporated part of the Contract Documents: CITY OF FORT WORTH Northstar Section 3 Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN ]03159 Revised June l6, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specificallv intended to oqerate and be effective even if it is alle�ed or qroven that all or some of the damages being sought were caused. in whole or in part, bv anv act, omission or ne�li�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specificallv intended to operate and be effective even if it is alleged or proven that all or some of the damages bein� sought were caused, in whole or in nart, bv anv act, omission or negligence of the citv. Article 7. MISCELLANEOUS 103 7.1 Terms. 104 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 105 the Construction Contract for Developer Awarded Projects. 106 7.2 Assignment of Contract. 107 This Agreement, including all of the Contract Documents may not be assigned by the 108 Contractor without the advanced express written consent of the Developer. 109 73 Successors and Assigns. 110 Developer and Contractor each binds itself, its partners, successors, assigns and legal 111 representatives to the other party hereto, in respect to all covenants, agreements and ll2 obligations contained in the Contract Documents. 1 U 7.4 Severability. 114 Any provision or part of the Contract Documents held to be unconstitutional, void or 115 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 116 remaining provisions shall continue to be valid and binding upon DEVELOPER and 117 CONTRACTOR. CITY OF FORT WORTH Northstar Section 3 Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103159 Revised June l6, 2016 tKi 52 33 - d Dereloper A+rarcied Praject Agreement F'a�e 4 af 4 11 S 7.5 Governing Law and Venue. t 19 This Agreement, ineiuding at1 of t�e Contract Documents is performable in ihe State of 12ti Texas_ Venue shall be Tarrant County, Texas, or the United States District Co�art for the 121 Ncsrthern District of iexas, Fort Wc�rth Divisian. 122 123 7.6 Authority to Sign_ i24 125 126 I27 128 129 13� 13i Cc�ntractor shatf attach evidence of autharity to sign Agres�nent, if o#her tI�an du�y auti�orized signatory af the Contractor. IN �'ITNESS W'HEREOF, Develaper and Contractor have executed t�is Agreement in multip(e caunterparts. This Agreement is effective as of the last date signed by t�e Parties ("Eifee_tive DaEe"} Cc�ntractc�r: independeni Ltility Constniction, I�c. t B �: ( Signature) Richard Wolfe (Printed Name) Titie: Presicient Campanr Narrie: Ir�dependent Utility Construction, Inc. Address: 51€19 Sun Val[ev Drive CitvlStatelZip: Fort Worih, TX 76119 4 f ��—•=�-�L Date 132 ��ti��i 3 �� r i rirr�r `���; CpNBTR �'�i ``. �,l �,,.......��'l� ��. ' , ° ': ? J,�,' ��p a'qq j,ti! y : —�;U n.. � �� SEAL�! � � M � E � � ` ��j �+?�O ��� � .7 [ � � ��( ��y `\� �` • '�/ 'Y� •��u���� v ��` ��`��i��ilT �XA� �����4� L1e��eloper: D.R. Horion — Texas, Ltd. B -: r �� � (Signature) l�n:�M;,. /Vl. Clar 1c 1a5�; s'd�►,.-1- Vi c� 4�tas�'d� �+ (Printed Name) Title: Company name: D.R. Hc�rton — Texas, Ltd. Address: b75 i Nc�rth �'reeKray CityfStatefZip: Fort Worth, Texas 7513I �-�_zt Date C[T'Y t)F FORT WORTH Noritastar 3ection 3 Phase I ST.ANBARD CONSTTtUCTCON SPECIFICA7101V '�C)C°Uiv1EiYTS — D£VEi.OPER AWRRDED PROILCTS CPN ]0;1�9 Rev iSed lurte I(i. 20 i 6 30thAugust21 30thAugust21 2130thAugust 30thAugust21 2130thAugust 1 ? 3 4 5 G 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 006219-7 MAIN'1'ENANCE [30ND P��e 2 of 3 Bond No. 124183R WH�R�AS, Principal binds itself to repair or reconstruct the Worlc in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORr, the condition of this obligation is sucil thai if Principal shall remedy any defective Work, foi• which timely notice was provided by Developer oi• City, to a completion satisfacto�y to the City, then this obligation sha(( become null and void; otherwise to remain in full foi•ce and effect. PROVID�D, HOWEVER, if Pi•incipal shall faii so to i•epaii• or reconstruct any timely noticed defective Work, it is agreed that the Developer• or City may cause any and all sucll defective Work to be repaii•ed and/or i•econstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall ]ie in Tarrant Cotmty, Texas or the United States Disti•ict Court for the Northern District of Texas, Fort Wordi Division; and PROVIDED FURTHER, that this obligation shall be continuous in natw•e and successive recoveries may be had hereon for successive breaches. CITY OI I�ORT WOR'I I I STANDARD Cl"fY CONDITIONS — DLVGLOPER AWARDF.D I'RO.IGCTS Revised .lanuary 3 ], 2012 Northstar Section 3 Phase 1 City Prqjcct No. ] 03159 30thAugust21 IMPORTANT NOTICE To obtain information or make a complaint You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(c�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim y�u should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEAHING 1 HIS SAMt . POWER # AND ISSUE� PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO. 4220a52 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfieid Center, Ohio Know A!! Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSl1RANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a"Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its prr�hcfpal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, p�ace and stead, to execute, acknowledge and deliver any and all bonds, recognizances; undertakings, or other instruments or contracts of su�etyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANPIOT BE USED TO EXECUTE iJOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY 80NDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by iYs Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTF�ELD 1NSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be !f Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act tor and on behalf ot the Company subject to the following provisions: The Attorney-rn-Fact. may be given full power and authority for and in the name of and on behaff of the Company, to execute, acknowledge and deliver, any and ali bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as bi�ding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, thaY the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attor�ey or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company wi[h respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). )n Witness Whereo% WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OH10 FARMERS INSURRNCE COMPANY have caused these presents to be signed by their Senior Executive anp their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 . Corporate p•�=V��ti a,, r y. Seals � , O �'� Affixed �v �� . �oi�. �� �� �`; :tio- '�+ �t�."X� ;� _ �� +� �c.t r�u ,-'�� ;''� ��'�• � r���� State of Ohio ""'""' � County of Medina ss.: ` ,`jP-� �(� N AL .�tiSG,= c Q ; '•.� ; ; ;.' ;N:. SEAL �Z� s�'• rp�; •k • � ;:, 184H .;� � '-�--• � + WESTFIELD INStJRANCE COMPANY WEST�'IELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY � ` ' BY. Richard L. Kinnaird, Jr., Nationa! Surety Leader and Senior Executive On this 20fh day of APRIL A.D., 2011 before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, dld depose and say, that he resides"in Medina, Ohio; that he is Senior Exec�ftive of WESTFIELD INSURANCE COMPANY, WESTFIELD NA710NAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial ,N«,,,,,,,,� Seal .�``�¢\ A L a,,� � � • Affixed ,�P�. \`\t'�/ . S� ��% 0:� .....�� :y - Z: --_:'A' _.. � • Wi�liam J. Kahelin, A rney at Law, Notary Public State of Ohio .. � ;1 ��►� p. My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: ,t. ,,. � 9?f of ��. I, Frank A. Carriho, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONA� INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Campanies, which is still in full force and eifect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effed. In Witness Whereof, I have hereunto set my hand and affixed the seals ot said Companies at l^lestfield Center, Ohio, this day of an �v �as,�y �� �i : v�e•�t..F'D.L 'a �q` '°�, `�'»,,,.����� � oa�S;oN�C �%"`s'G,p : ;�.,: ,� : ; N: SEAL �7 : �: ��_ ; � �. •.'p ; -.k.. �,.1848: � ��� �, �¢ �:,�.JL/�'�—r.,O Seeretary Frank A. Carrina, Secreta.ry BPOAC2 (combinedj (06-02j CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6 Article 2 – Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 – Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents ................................................................. 10 3.05 Reuse of Documents ................................................................................................................... 10 3.06 Electronic Data ............................................................................................................................ 11 Article 4 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physical Conditions ............................................................................. 12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site .............................................................................. 14 Article 5 – Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Sureties and Insurers ................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor’s Insurance ................................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 19 Article 6 – Contractor’s Responsibilities ........................................................................................................ 19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitutes and “Or-Equals” ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royalties ........................................................................................................... 26 6.09 Permits and Utilities .................................................................................................................... 27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Site and Other Areas ....................................................................................................... 28 6.13 Record Documents ...................................................................................................................... 29 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs ............................................................................................. 30 6.17 Emergencies and/or Rectification ............................................................................................... 30 6.18 Submittals .................................................................................................................................... 31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor’s General Warranty and Guarantee .......................................................................... 32 6.21 Indemnification ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit .............................................................................................................................. 34 6.24 Nondiscrimination....................................................................................................................... 35 Article 7 – Other Work at the Site ................................................................................................................... 35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination ................................................................................................................................ 36 Article 8 – City’s Responsibilities................................................................................................................... 36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests................................................................................... 36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City’s Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37 8.09 Compliance with Safety Program ............................................................................................... 37 Article 9 – City’s Observation Status During Construction ........................................................................... 37 9.01 City’s Project Manager ……...................................................................................................... 37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations for Work Performed .......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 Article 10 – Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Execution of Change Orders ....................................................................................................... 39 10.04 Extra Work .................................................................................................................................. 39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement...................... 41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement ...................................................................................................... 45 Article 12 – Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price ............................................................................................................ 46 12.02 Change of Contract Time ............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47 Article 13 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................ 49 13.05 City May Stop the Work ............................................................................................................. 49 13.06 Correction or Removal of Defective Work ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51 Article 14 – Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor’s Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Inspection ........................................................................................................................... 55 14.06 Final Acceptance ......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 – Suspension of Work and Termination ........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60 Article 16 – Dispute Resolution ...................................................................................................................... 61 16.01 Methods and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 Article 17 – Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings ...................................................................................................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 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. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. 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. 5. Award – Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. 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. 11. Buzzsaw – City’s on-line, electronic document management and collaboration system. 12. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor 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. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims – A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation – The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services – The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development – The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department – The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. 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. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work – Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance – The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 38. 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. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. 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. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item – An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans – See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 51. 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. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. 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. 58. 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. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor’s Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City 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 which are designated for the use of Contractor. 61. 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. 62. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 63. 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. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. 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. 68. 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. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. 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. 71. 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 Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. 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 E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered,” “as directed” or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. 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. D. 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. E. 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. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 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. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as “the Contractor shall,” “in conformity with,” “as shown,” or “as specified” are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading “Related Sections include but are not necessarily limited to:” and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 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 of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such 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. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor’s Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 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 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; 2. City’s review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City’s written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City’s Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user’s sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data’s creator. ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any “technical data” on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City’s judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City’s own forces or others. G. 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 a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual’s or entity’s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 – BONDS AND INSURANCE 5.01 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 coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, 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 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 5.02.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 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary 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. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as “Additional Insured” on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 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 the Supplementary Conditions 6. 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. 7. 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. 8. 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. 9. 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%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. 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. 12. 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. 13. 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. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 5.04 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 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. 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 (if identified in the Supplementary Conditions). 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. 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 requirements identified in the Supplementary Conditions. 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. 5.05 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 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 City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the 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 6 – CONTRACTOR’S RESPONSIBILITIES 6.01 Supervision and Superintendence 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 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 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. 6.02 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. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 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. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 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 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 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 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 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 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 6.05.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: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; b) 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; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) 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: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 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 6.05.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 6.05.A and 6.05.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 6.05.A.2 and 6.05.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 (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City’s MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE 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 MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. 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. E. 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 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. F. 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. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. 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 the Contract Documents for the benefit of City. 6.07 Wage Rates 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 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 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. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor’s responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 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 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller’s Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller’s Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 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 6.21, 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, 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 the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. 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. 6.13 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 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. 6.14 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 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 6.14.A.2 or 6.14.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. 6.15 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 6.16 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. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 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 6.18.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 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 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. 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. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 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 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 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 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 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. 6.22 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. 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 6.22, 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 6.18.C. 6.23 Right to Audit A. 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. B. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 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. C. 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. 6.24 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. ARTICLE 7 – OTHER WORK AT THE SITE 7.01 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 – CITY’S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City’s duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 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 6.14. 8.08 Undisclosed Hazardous Environmental Condition City’s responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 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 6.14. ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City’s Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s Project Manager during construction are set forth in the Contract Documents. The City’s Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >. 9.02 Visits to Site A. City’s Project Manager 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 Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Manager 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 Manager’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 Manager’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City’s Project Manager 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 and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City’s Project Manager 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 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Manager 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). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City’s written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 – CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 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 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, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City’s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor’s written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant’s last submittal (unless Contract allows additional time). C. City’s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City’s sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City’s written action under Paragraph 10.06.C will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers’ compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers’ field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall be determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor’s fee. 2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than 25% (or as stipulated under “Price and Payment Procedures” for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor’s fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor’s Fee: The Contractor’s additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor’s additional fee shall be 15 percent except for: 1) rental fees for Contractor’s own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor’s fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor’s sole and exclusive remedy for the delays described in this Paragraph. B. 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. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 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. 13.02 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. 13.03 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 acceptable to 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 13.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment 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. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 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. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay 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 uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 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 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 13.07 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 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 6.10.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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, 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 should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor’s obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay 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) attributable to City’s evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, 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, reflecting the diminished value of Work so accepted. 13.09 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 13.06.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, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 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 13.09. ARTICLE 14 – PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City’s interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City’s processing of any payment requested in an Application for Payment will be based on City’s observations of the executed Work, and on City’s review of the Application for Payment and the accompanying data and schedules, that to the best of City’s knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor’s performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 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. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 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. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. 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. B. Payment Becomes Due: 1. After City’s acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. 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. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor’s final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION 15.01 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 make no extra payment for stand-by time of construction equipment and/or construction crews. 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 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. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City’s Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor’s repeated disregard of the authority of City; or 4. Contractor’s violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor’s failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor’s services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 – DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City’s action under Paragraph 10.06.C or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 – MISCELLANEOUS 17.01 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. 17.02 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. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 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. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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- 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 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 3, Phase 1 City Project No. 103159 Revised July 1, 2011 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, 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A.See Request for Substitution Form (attached) B.Procedure for Requesting Substitution 1. Substitution shall be considered only: a.After award of Contract b. Under the conditions stated herein 2.Submit 3 copies of each written request for substitution, including: a.Documentation 1)Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a)Manufacturer's name b) Telephone number and representative contact name c)Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a)Size b) Composition or materials of construction c)Weight d) Electrical or mechanical requirements 4) Product experience a)Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c)Available field data and reports associated with proposed product 5)Samples a)Provide at request of City. b) Samples become the property of the City. c.For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C.Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. Northstar Section 3, Phase 1 City Project No. 103159 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a.Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c.In the City’s opinion, acceptance will require substantial revision of the original design d. In the City’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION 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 Northstar Section 3, Phase 1 City Project No. 103159 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 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 Northstar Section 3, Phase 1 City Project No. 103159 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised August 30, 2013 SECTION 01 31 19 1 PRECONSTRUCTION MEETING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 6 clarify construction contract administration procedures 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. No construction schedule required unless requested by the City. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Coordination 19 1. Attend preconstruction meeting. 20 2. Representatives of Contractor, subcontractors and suppliers attending meetings 21 shall be qualified and authorized to act on behalf of the entity each represents. 22 3. Meeting administered by City may be tape recorded. 23 a. If recorded, tapes will be used to prepare minutes and retained by City for 24 future reference. 25 B. Preconstruction Meeting 26 1. A preconstruction meeting will be held within 14 days after the delivery of the 27 distribution package to the City. 28 a. The meeting will be scheduled and administered by the City. 29 2. The Project Representative will preside at the meeting, prepare the notes of the 30 meeting and distribute copies of same to all participants who so request by fully 31 completing the attendance form to be circulated at the beginning of the meeting. 32 3. Attendance shall include: 33 a. Developer and Consultant 34 b. Contractor's project manager 35 c. Contractor's superintendent 36 d. Any subcontractor or supplier representatives whom the Contractor may desire 37 to invite or the City may request 38 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised August 30, 2013 e. Other City representatives 1 f. Others as appropriate 2 4. Preliminary Agenda may include: 3 a. Introduction of Project Personnel 4 b. General Description of Project 5 c. Status of right-of-way, utility clearances, easements or other pertinent permits 6 d. Contractor’s work plan and schedule 7 e. Contract Time 8 f. Notice to Proceed 9 g. Construction Staking 10 h. Progress Payments 11 i. Extra Work and Change Order Procedures 12 j. Field Orders 13 k. Disposal Site Letter for Waste Material 14 l. Insurance Renewals 15 m. Payroll Certification 16 n. Material Certifications and Quality Control Testing 17 o. Public Safety and Convenience 18 p. Documentation of Pre-Construction Conditions 19 q. Weekend Work Notification 20 r. Legal Holidays 21 s. Trench Safety Plans 22 t. Confined Space Entry Standards 23 u. Coordination with the City’s representative for operations of existing water 24 systems 25 v. Storm Water Pollution Prevention Plan 26 w. Coordination with other Contractors 27 x. Early Warning System 28 y. Contractor Evaluation 29 z. Special Conditions applicable to the project 30 aa. Damages Claims 31 bb. Submittal Procedures 32 cc. Substitution Procedures 33 dd. Correspondence Routing 34 ee. Record Drawings 35 ff. Temporary construction facilities 36 gg. MBE/SBE procedures 37 hh. Final Acceptance 38 ii. Final Payment 39 jj. Questions or Comments 40 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised August 30, 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 [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 3, Phase 1 City Project No. 103159 Revised July 1, 2011 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. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a.Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 3, Phase 1 City Project No. 103159 Revised July 1, 2011 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised August 30, 2013 SECTION 01 33 00 1 DAP SUBMITTALS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General methods and requirements of submissions applicable to the following 6 Work-related submittals: 7 a. Shop Drawings 8 b. Product Data (including Standard Product List submittals) 9 c. Samples 10 d. Mock Ups 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Notify the City in writing, at the time of submittal, of any deviations in the 24 submittals from the requirements of the Contract Documents. 25 2. Coordination of Submittal Times 26 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 27 performing the related Work or other applicable activities, or within the time 28 specified in the individual Work Sections, of the Specifications. 29 b. Contractor is responsible such that the installation will not be delayed by 30 processing times including, but not limited to: 31 a) Disapproval and resubmittal (if required) 32 b) Coordination with other submittals 33 c) Testing 34 d) Purchasing 35 e) Fabrication 36 f) Delivery 37 g) Similar sequenced activities 38 c. No extension of time will be authorized because of the Contractor's failure to 39 transmit submittals sufficiently in advance of the Work. 40 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised August 30, 2013 d. Make submittals promptly in accordance with approved schedule, and in such 1 sequence as to cause no delay in the Work or in the work of any other 2 contractor. 3 B. Submittal Numbering 4 1. When submitting shop drawings or samples, utilize a 9-character submittal cross-5 reference identification numbering system in the following manner: 6 a. Use the first 6 digits of the applicable Specification Section Number. 7 b. For the next 2 digits number use numbers 01-99 to sequentially number each 8 initial separate item or drawing submitted under each specific Section number. 9 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 10 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 11 submittal number would be as follows: 12 13 03 30 00-08-B 14 15 1) 03 30 00 is the Specification Section for Concrete 16 2) 08 is the eighth initial submittal under this Specification Section 17 3) B is the third submission (second resubmission) of that particular shop 18 drawing 19 C. Contractor Certification 20 1. Review shop drawings, product data and samples, including those by 21 subcontractors, prior to submission to determine and verify the following: 22 a. Field measurements 23 b. Field construction criteria 24 c. Catalog numbers and similar data 25 d. Conformance with the Contract Documents 26 2. Provide each shop drawing, sample and product data submitted by the Contractor 27 with a Certification Statement affixed including: 28 a. The Contractor's Company name 29 b. Signature of submittal reviewer 30 c. Certification Statement 31 1) “By this submittal, I hereby represent that I have determined and verified 32 field measurements, field construction criteria, materials, dimensions, 33 catalog numbers and similar data and I have checked and coordinated each 34 item with other applicable approved shop drawings." 35 D. Submittal Format 36 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 37 2. Bind shop drawings and product data sheets together. 38 3. Order 39 a. Cover Sheet 40 1) Description of Packet 41 2) Contractor Certification 42 b. List of items / Table of Contents 43 c. Product Data /Shop Drawings/Samples /Calculations 44 E. Submittal Content 45 1. The date of submission and the dates of any previous submissions 46 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised August 30, 2013 2. The Project title and number 1 3. Contractor identification 2 4. The names of: 3 a. Contractor 4 b. Supplier 5 c. Manufacturer 6 5. Identification of the product, with the Specification Section number, page and 7 paragraph(s) 8 6. Field dimensions, clearly identified as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, such as ASTM or Federal Specification numbers 11 9. Identification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of revisions on resubmittals 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 F. Shop Drawings 15 1. As specified in individual Work Sections includes, but is not necessarily limited to: 16 a. Custom-prepared data such as fabrication and erection/installation (working) 17 drawings 18 b. Scheduled information 19 c. Setting diagrams 20 d. Actual shopwork manufacturing instructions 21 e. Custom templates 22 f. Special wiring diagrams 23 g. Coordination drawings 24 h. Individual system or equipment inspection and test reports including: 25 1) Performance curves and certifications 26 i. As applicable to the Work 27 2. Details 28 a. Relation of the various parts to the main members and lines of the structure 29 b. Where correct fabrication of the Work depends upon field measurements 30 1) Provide such measurements and note on the drawings prior to submitting 31 for approval. 32 G. Product Data 33 1. For submittals of product data for products included on the City’s Standard Product 34 List, clearly identify each item selected for use on the Project. 35 2. For submittals of product data for products not included on the City’s Standard 36 Product List, submittal data may include, but is not necessarily limited to: 37 a. Standard prepared data for manufactured products (sometimes referred to as 38 catalog data) 39 1) Such as the manufacturer's product specification and installation 40 instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing-in diagrams and templates 44 5) Catalog cuts 45 6) Product photographs 46 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised August 30, 2013 7) Standard wiring diagrams 1 8) Printed performance curves and operational-range diagrams 2 9) Production or quality control inspection and test reports and certifications 3 10) Mill reports 4 11) Product operating and maintenance instructions and recommended 5 spare-parts listing and printed product warranties 6 12) As applicable to the Work 7 H. Samples 8 1. As specified in individual Sections, include, but are not necessarily limited to: 9 a. Physical examples of the Work such as: 10 1) Sections of manufactured or fabricated Work 11 2) Small cuts or containers of materials 12 3) Complete units of repetitively used products color/texture/pattern swatches 13 and range sets 14 4) Specimens for coordination of visual effect 15 5) Graphic symbols and units of Work to be used by the City for independent 16 inspection and testing, as applicable to the Work 17 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 18 be fabricated or installed prior to the approval or qualified approval of such item. 19 1. Fabrication performed, materials purchased or on-site construction accomplished 20 which does not conform to approved shop drawings and data is at the Contractor's 21 risk. 22 2. The City will not be liable for any expense or delay due to corrections or remedies 23 required to accomplish conformity. 24 3. Complete project Work, materials, fabrication, and installations in conformance 25 with approved shop drawings, applicable samples, and product data. 26 J. Submittal Distribution 27 1. Electronic Distribution 28 a. Confirm development of Project directory for electronic submittals to be 29 uploaded to City’s Buzzsaw site, or another external FTP site approved by the 30 City. 31 b. Shop Drawings 32 1) Upload submittal to designated project directory and notify appropriate 33 City representatives via email of submittal posting. 34 2) Hard Copies 35 a) 3 copies for all submittals 36 b) If Contractor requires more than 1 hard copy of Shop Drawings 37 returned, Contractor shall submit more than the number of copies listed 38 above. 39 c. Product Data 40 1) Upload submittal to designated project directory and notify appropriate 41 City representatives via email of submittal posting. 42 2) Hard Copies 43 a) 3 copies for all submittals 44 d. Samples 45 1) Distributed to the Project Representative 46 2. Hard Copy Distribution (if required in lieu of electronic distribution) 47 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised August 30, 2013 a. Shop Drawings 1 1) Distributed to the City 2 2) Copies 3 a) 8 copies for mechanical submittals 4 b) 7 copies for all other submittals 5 c) If Contractor requires more than 3 copies of Shop Drawings returned, 6 Contractor shall submit more than the number of copies listed above. 7 b. Product Data 8 1) Distributed to the City 9 2) Copies 10 a) 4 copies 11 c. Samples 12 1) Distributed to the Project Representative 13 2) Copies 14 a) Submit the number stated in the respective Specification Sections. 15 3. Distribute reproductions of approved shop drawings and copies of approved 16 product data and samples, where required, to the job site file and elsewhere as 17 directed by the City. 18 a. Provide number of copies as directed by the City but not exceeding the number 19 previously specified. 20 K. Submittal Review 21 1. The review of shop drawings, data and samples will be for general conformance 22 with the design concept and Contract Documents. This is not to be construed as: 23 a. Permitting any departure from the Contract requirements 24 b. Relieving the Contractor of responsibility for any errors, including details, 25 dimensions, and materials 26 c. Approving departures from details furnished by the City, except as otherwise 27 provided herein 28 2. The review and approval of shop drawings, samples or product data by the City 29 does not relieve the Contractor from his/her responsibility with regard to the 30 fulfillment of the terms of the Contract. 31 a. All risks of error and omission are assumed by the Contractor, and the City will 32 have no responsibility therefore. 33 3. The Contractor remains responsible for details and accuracy, for coordinating the 34 Work with all other associated work and trades, for selecting fabrication processes, 35 for techniques of assembly and for performing Work in a safe manner. 36 4. If the shop drawings, data or samples as submitted describe variations and show a 37 departure from the Contract requirements which City finds to be in the interest of 38 the City and to be so minor as not to involve a change in Contract Price or time for 39 performance, the City may return the reviewed drawings without noting an 40 exception. 41 5. Submittals will be returned to the Contractor under 1 of the following codes: 42 a. Code 1 43 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 44 comments on the submittal. 45 a) When returned under this code the Contractor may release the 46 equipment and/or material for manufacture. 47 b. Code 2 48 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised August 30, 2013 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 1 the notations and comments IS NOT required by the Contractor. 2 a) The Contractor may release the equipment or material for manufacture; 3 however, all notations and comments must be incorporated into the 4 final product. 5 c. Code 3 6 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 7 assigned when notations and comments are extensive enough to require a 8 resubmittal of the package. 9 a) The Contractor may release the equipment or material for manufacture; 10 however, all notations and comments must be incorporated into the 11 final product. 12 b) This resubmittal is to address all comments, omissions and 13 non-conforming items that were noted. 14 c) Resubmittal is to be received by the City within 15 Calendar Days of 15 the date of the City's transmittal requiring the resubmittal. 16 d. Code 4 17 1) "NOT APPROVED" is assigned when the submittal does not meet the 18 intent of the Contract Documents. 19 a) The Contractor must resubmit the entire package revised to bring the 20 submittal into conformance. 21 b) It may be necessary to resubmit using a different manufacturer/vendor 22 to meet the Contract Documents. 23 6. Resubmittals 24 a. Handled in the same manner as first submittals 25 1) Corrections other than requested by the City 26 2) Marked with revision triangle or other similar method 27 a) At Contractor’s risk if not marked 28 b. Submittals for each item will be reviewed no more than twice at the City’s 29 expense. 30 1) All subsequent reviews will be performed at times convenient to the City 31 and at the Contractor's expense, based on the City's or City 32 Representative’s then prevailing rates. 33 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 34 all such fees invoiced by the City. 35 c. The need for more than 1 resubmission or any other delay in obtaining City's 36 review of submittals, will not entitle the Contractor to an extension of Contract 37 Time. 38 7. Partial Submittals 39 a. City reserves the right to not review submittals deemed partial, at the City’s 40 discretion. 41 b. Submittals deemed by the City to be not complete will be returned to the 42 Contractor, and will be considered "Not Approved" until resubmitted. 43 c. The City may at its option provide a list or mark the submittal directing the 44 Contractor to the areas that are incomplete. 45 8. If the Contractor considers any correction indicated on the shop drawings to 46 constitute a change to the Contract Documents, then written notice must be 47 provided thereof to the Developer at least 7 Calendar Days prior to release for 48 manufacture. 49 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised August 30, 2013 9. When the shop drawings have been completed to the satisfaction of the City, the 1 Contractor may carry out the construction in accordance therewith and no further 2 changes therein except upon written instructions from the City. 3 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 4 following receipt of submittal by the City. 5 L. Mock ups 6 1. Mock Up units as specified in individual Sections, include, but are not necessarily 7 limited to, complete units of the standard of acceptance for that type of Work to be 8 used on the Project. Remove at the completion of the Work or when directed. 9 M. Qualifications 10 1. If specifically required in other Sections of these Specifications, submit a P.E. 11 Certification for each item required. 12 N. Request for Information (RFI) 13 1. Contractor Request for additional information 14 a. Clarification or interpretation of the contract documents 15 b. When the Contractor believes there is a conflict between Contract Documents 16 c. When the Contractor believes there is a conflict between the Drawings and 17 Specifications 18 1) Identify the conflict and request clarification 19 2. Sufficient information shall be attached to permit a written response without further 20 information. 21 22 23 24 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 9, 2020 SECTION 01 45 23 1 TESTING AND INSPECTION SERVICES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Testing and inspection services procedures and coordination 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this Item. 15 a. Contractor is responsible for performing, coordinating, and payment of all 16 Quality Control testing. 17 b. City is responsible for performing and payment for first set of Quality 18 Assurance testing. 19 1) If the first Quality Assurance test performed by the City fails, the 20 Contractor is responsible for payment of subsequent Quality Assurance 21 testing until a passing test occurs. 22 a) Final acceptance will not be issued by City until all required payments 23 for testing by Contractor have been paid in full. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Testing 27 1. Complete testing in accordance with the Contract Documents. 28 2. Coordination 29 a. When testing is required to be performed by the City, notify City, sufficiently 30 in advance, when testing is needed. 31 b. When testing is required to be completed by the Contractor, notify City, 32 sufficiently in advance, that testing will be performed. 33 3. Distribution of Testing Reports 34 a. Electronic Distribution 35 1) Confirm development of Project directory for electronic submittals to be 36 uploaded to the City’s document management system, or another external 37 FTP site approved by the City. 38 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 9, 2020 2) Upload test reports to designated project directory and notify appropriate 1 City representatives via email of submittal posting. 2 3) Hard Copies 3 a) 1 copy for all submittals submitted to the Project Representative 4 b. Hard Copy Distribution (if required in lieu of electronic distribution) 5 1) Tests performed by City 6 a) Distribute 1 hard copy to the Contractor 7 2) Tests performed by the Contractor 8 a) Distribute 3 hard copies to City’s Project Representative 9 4. Provide City’s Project Representative with trip tickets for each delivered load of 10 Concrete or Lime material including the following information: 11 a. Name of pit 12 b. Date of delivery 13 c. Material delivered 14 B. Inspection 15 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 16 perform work in accordance with the Contract Documents. 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system 30 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 SECTION 01 55 26 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Administrative procedures for: 6 a. Street Use Permit 7 b. Modification of approved traffic control 8 c. Removal of Street Signs 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 34 71 13 – Traffic Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this specification refer to the current reference standard 22 published at the time of the latest revision date logged at the end of this 23 specification, unless a date is specifically cited. 24 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Traffic Control 27 1. General 28 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 29 traffic. 30 b. When traffic control plans are included in the Drawings, provide Traffic 31 Control in accordance with Drawings and Section 34 71 13. 32 c. When traffic control plans are not included in the Drawings, prepare traffic 33 control plans in accordance with Section 34 71 13 and submit to City for 34 review. 35 1) Allow minimum 10 working days for review of proposed Traffic Control. 36 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 2) A traffic control “Typical” published by City of Fort Worth, the Texas 1 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 2 of Transportation (TxDOT) can be used as an alternative to preparing 3 project/site specific traffic control plan if the typical is applicable to the 4 specific project/site. 5 B. Street Use Permit 6 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 7 a. To obtain Street Use Permit, submit Traffic Control Plans to City 8 Transportation and Public Works Department. 9 1) Allow a minimum of 5 working days for permit review. 10 2) Contractor’s responsibility to coordinate review of Traffic Control plans for 11 Street Use Permit, such that construction is not delayed. 12 C. Modification to Approved Traffic Control 13 1. Prior to installation traffic control: 14 a. Submit revised traffic control plans to City Department Transportation and 15 Public Works Department. 16 1) Revise Traffic Control plans in accordance with Section 34 71 13. 17 2) Allow minimum 5 working days for review of revised Traffic Control. 18 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 19 plans for Street Use Permit, such that construction is not delayed. 20 D. Removal of Street Sign 21 1. If it is determined that a street sign must be removed for construction, then contact 22 City Transportation and Public Works Department, Signs and Markings Division to 23 remove the sign. 24 E. Temporary Signage 25 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 26 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 27 Devices (MUTCD). 28 2. Install temporary sign before the removal of permanent sign. 29 3. When construction is complete, to the extent that the permanent sign can be 30 reinstalled, contact the City Transportation and Public Works Department, Signs 31 and Markings Division, to reinstall the permanent sign. 32 F. Traffic Control Standards 33 1. Traffic Control Standards can be found on the City’s website. 34 1.5 SUBMITTALS [NOT USED] 35 A. Submit all required documentation to City’s Project Representative. 36 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS [NOT USED] 8 PART 3 - EXECUTION [NOT USED] 9 END OF SECTION 10 11 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control “Typicals” if applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit 12 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised July 1, 2011 SECTION 01 57 13 1 STORM WATER POLLUTION PREVENTION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Procedures for Storm Water Pollution Prevention Plans 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 31 25 00 – Erosion and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Activities resulting in less than 1 acre of disturbance 16 a. Work associated with this Item is considered subsidiary to the various Items 17 bid. No separate payment will be allowed for this Item. 18 2. Construction Activities resulting in greater than 1 acre of disturbance 19 a. Measurement and Payment shall be in accordance with Section 31 25 00. 20 1.3 REFERENCES 21 A. Abbreviations and Acronyms 22 1. Notice of Intent: NOI 23 2. Notice of Termination: NOT 24 3. Storm Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Environmental Quality: TCEQ 26 5. Notice of Change: NOC 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. Integrated Storm Management (iSWM) Technical Manual for Construction 32 Controls 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. General 35 1. Contractor is responsible for resolution and payment of any fines issued associated 36 with compliance to Stormwater Pollution Prevention Plan. 37 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised July 1, 2011 B. Construction Activities resulting in: 1 1. Less than 1 acre of disturbance 2 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 3 Drawings. 4 2. 1 to less than 5 acres of disturbance 5 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 6 Permit is required 7 b. Complete SWPPP in accordance with TCEQ requirements 8 1) TCEQ Small Construction Site Notice Required under general permit 9 TXR150000 10 a) Sign and post at job site 11 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 12 Transportation and Public Works, Environmental Division, (817) 392-13 6088. 14 2) Provide erosion and sediment control in accordance with: 15 a) Section 31 25 00 16 b) The Drawings 17 c) TXR150000 General Permit 18 d) SWPPP 19 e) TCEQ requirements 20 3. 5 acres or more of Disturbance 21 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 22 Permit is required 23 b. Complete SWPPP in accordance with TCEQ requirements 24 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 25 a) Sign and post at job site 26 b) Send copy to City Department of Transportation and Public Works, 27 Environmental Division, (817) 392-6088. 28 2) TCEQ Notice of Change required if making changes or updates to NOI 29 3) Provide erosion and sediment control in accordance with: 30 a) Section 31 25 00 31 b) The Drawings 32 c) TXR150000 General Permit 33 d) SWPPP 34 e) TCEQ requirements 35 4) Once the project has been completed and all the closeout requirements of 36 TCEQ have been met a TCEQ Notice of Termination can be submitted. 37 a) Send copy to City Department of Transportation and Public Works, 38 Environmental Division, (817) 392-6088. 39 1.5 SUBMITTALS 40 A. SWPPP 41 1. Submit in accordance with Section 01 33 00, except as stated herein. 42 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 43 as follows: 44 1) 1 copy to the City Project Manager 45 a) City Project Manager will forward to the City Department of 46 Transportation and Public Works, Environmental Division for review 47 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised July 1, 2011 B. Modified SWPPP 1 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 2 in accordance with Section 01 33 00. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3 - EXECUTION [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 SECTION 01 66 00 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Scheduling of product delivery 6 2. Packaging of products for delivery 7 3. Protection of products against damage from: 8 a. Handling 9 b. Exposure to elements or harsh environments 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 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY AND HANDLING 27 A. Delivery Requirements 28 1. Schedule delivery of products or equipment as required to allow timely installation 29 and to avoid prolonged storage. 30 2. Provide appropriate personnel and equipment to receive deliveries. 31 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 32 for personnel or equipment to receive the delivery. 33 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 1 containers designed and constructed to protect the contents from physical or 2 environmental damage. 3 5. Clearly and fully mark and identify as to manufacturer, item and installation 4 location. 5 6. Provide manufacturer's instructions for storage and handling. 6 B. Handling Requirements 7 1. Handle products or equipment in accordance with these Contract Documents and 8 manufacturer’s recommendations and instructions. 9 C. Storage Requirements 10 1. Store materials in accordance with manufacturer’s recommendations and 11 requirements of these Specifications. 12 2. Make necessary provisions for safe storage of materials and equipment. 13 a. Place loose soil materials and materials to be incorporated into Work to prevent 14 damage to any part of Work or existing facilities and to maintain free access at 15 all times to all parts of Work and to utility service company installations in 16 vicinity of Work. 17 3. Keep materials and equipment neatly and compactly stored in locations that will 18 cause minimum inconvenience to other contractors, public travel, adjoining owners, 19 tenants and occupants. 20 a. Arrange storage to provide easy access for inspection. 21 4. Restrict storage to areas available on construction site for storage of material and 22 equipment as shown on Drawings, or approved by City’s Project Representative. 23 5. Provide off-site storage and protection when on-site storage is not adequate. 24 a. Provide addresses of and access to off-site storage locations for inspection by 25 City’s Project Representative. 26 6. Do not use lawns, grass plots or other private property for storage purposes without 27 written permission of owner or other person in possession or control of premises. 28 7. Store in manufacturers’ unopened containers. 29 8. Neatly, safely and compactly stack materials delivered and stored along line of 30 Work to avoid inconvenience and damage to property owners and general public 31 and maintain at least 3 feet from fire hydrant. 32 9. Keep public and private driveways and street crossings open. 33 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 34 satisfaction of City’s Project Representative. 35 a. Total length which materials may be distributed along route of construction at 36 one time is 1,000 linear feet, unless otherwise approved in writing by City’s 37 Project Representative. 38 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 ERECTION [NOT USED] 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL 11 A. Tests and Inspections 12 1. Inspect all products or equipment delivered to the site prior to unloading. 13 B. Non-Conforming Work 14 1. Reject all products or equipment that are damaged, used or in any other way 15 unsatisfactory for use on the project. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION 21 A. Protect all products or equipment in accordance with manufacturer's written directions. 22 B. Store products or equipment in location to avoid physical damage to items while in 23 storage. 24 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 25 the manufacturer. 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 1 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 3, Phase 1 City Project No. 103159 Revised February 14, 2018 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Requirements for construction staking and construction survey B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Construction Staking a.Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “Construction Staking”. 2)Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c.The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of “cut sheets” using the City’s standard template. 2. Construction Survey a.Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3.As-Built Survey a.Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “As-Built Survey”. 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 2)Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c.The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A.Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2.As-built Survey –The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking – The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4.Survey “Field Checks” – Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B.Technical References 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City’s Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A.The Contractor’s selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A.Submittals, if required, shall be in accordance with Section 01 33 00. B.All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A.Field Quality Control Submittals Northstar Section 3, Phase 1 City Project No. 103159 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2.Submit “Cut-Sheets” conforming to the standard template provided by the City (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B.As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A –Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A.Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a.Contact City’s Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b.It is the Contractor’s responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a.Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B.Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a.Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a.Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. Northstar Section 3, Phase 1 City Project No. 103159 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C.As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a.Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor’s responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c.For sewer mains and water mains 12” and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a.The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a)Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a)Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater – Not Applicable Northstar Section 3, Phase 1 City Project No. 103159 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a)Rim and flowline elevations and coordinates for each manhole 2) Water Lines a)Cathodic protection test stations b) Sampling stations c)Meter boxes/vaults (All sizes) d) Fire hydrants e)Valves (gate, butterfly, etc.) f)Air Release valves (Manhole rim and vent pipe) g)Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i)Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a)Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater – Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a.Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c.A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a.AutoCAD (.dwg) b. ESRI Shapefile (.shp) Northstar Section 3, Phase 1 City Project No. 103159 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 c.CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A.Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a.Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c.Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e.The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B.Surveying instruments shall be kept in close adjustment according to manufacturer’s specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client’s plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. Northstar Section 3, Phase 1 City Project No. 103159 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A.If the Contractor’s work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a.Contractor shall perform replacements and/or restorations. b.The City may require at any time a survey “Field Check” of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A.It is the Contractor’s responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B.Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A.Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log Northstar Section 3, Phase 1 City Project No. 103159 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M.Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format Northstar Section 3, Phase 1 City Project No. 103159 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 SECTION 01 74 23 1 CLEANING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Intermediate and final cleaning for Work not including special cleaning of closed 6 systems specified elsewhere 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 32 92 13 – Hydro-Mulching, Seeding and Sodding 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various Items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Scheduling 20 1. Schedule cleaning operations so that dust and other contaminants disturbed by 21 cleaning process will not fall on newly painted surfaces. 22 2. Schedule final cleaning upon completion of Work and immediately prior to final 23 inspection. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Store cleaning products and cleaning wastes in containers specifically designed for 32 those materials. 33 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Cleaning Agents 6 1. Compatible with surface being cleaned 7 2. New and uncontaminated 8 3. For manufactured surfaces 9 a. Material recommended by manufacturer 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 APPLICATION [NOT USED] 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING 23 A. General 24 1. Prevent accumulation of wastes that create hazardous conditions. 25 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 26 governing authorities. 27 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 28 storm or sanitary drains or sewers. 29 4. Dispose of degradable debris at an approved solid waste disposal site. 30 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 31 alternate manner approved by City and regulatory agencies. 32 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 1 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 2 this project. 3 8. Remove all signs of temporary construction and activities incidental to construction 4 of required permanent Work. 5 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 6 have the cleaning completed at the expense of the Contractor. 7 10. Do not burn on-site. 8 B. Intermediate Cleaning during Construction 9 1. Keep Work areas clean so as not to hinder health, safety or convenience of 10 personnel in existing facility operations. 11 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 12 3. Confine construction debris daily in strategically located container(s): 13 a. Cover to prevent blowing by wind 14 b. Store debris away from construction or operational activities 15 c. Haul from site at a minimum of once per week 16 4. Vacuum clean interior areas when ready to receive finish painting. 17 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 18 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 19 may become airborne or transported by flowing water during the storm. 20 C. Exterior (Site or Right of Way) Final Cleaning 21 1. Remove trash and debris containers from site. 22 a. Re-seed areas disturbed by location of trash and debris containers in accordance 23 with Section 32 92 13. 24 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 25 that may hinder or disrupt the flow of traffic along the roadway. 26 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 27 junction boxes and inlets. 28 4. If no longer required for maintenance of erosion facilities, and upon approval by 29 City, remove erosion control from site. 30 5. Clean signs, lights, signals, etc. 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 36 37 38 39 40 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 3 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 SECTION 01 77 19 1 CLOSEOUT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedure for closing out a contract 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Guarantees, Bonds and Affidavits 18 1. No application for final payment will be accepted until all guarantees, bonds, 19 certificates, licenses and affidavits required for Work or equipment as specified are 20 satisfactorily filed with the City. 21 B. Release of Liens or Claims 22 1. No application for final payment will be accepted until satisfactory evidence of 23 release of liens has been submitted to the City. 24 1.5 SUBMITTALS 25 A. Submit all required documentation to City’s Project Representative. 26 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 1.6 FORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 CLOSEOUT PROCEDURE 8 A. Prior to requesting Final Inspection, submit: 9 1. Project Record Documents in accordance with Section 01 78 39 10 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 11 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 12 01 74 23. 13 C. Final Inspection 14 1. After final cleaning, provide notice to the City Project Representative that the Work 15 is completed. 16 a. The City will make an initial Final Inspection with the Contractor present. 17 b. Upon completion of this inspection, the City will notify the Contractor, in 18 writing within 10 business days, of any particulars in which this inspection 19 reveals that the Work is defective or incomplete. 20 2. Upon receiving written notice from the City, immediately undertake the Work 21 required to remedy deficiencies and complete the Work to the satisfaction of the 22 City. 23 3. The Right-of-way shall be cleared of all construction materials, barricades, and 22 24 temporary signage. 25 4. Upon completion of Work associated with the items listed in the City's written 26 notice, inform the City, that the required Work has been completed. Upon receipt 27 of this notice, the City, in the presence of the Contractor, will make a subsequent 28 Final Inspection of the project. 29 5. Provide all special accessories required to place each item of equipment in full 30 operation. These special accessory items include, but are not limited to: 31 a. Specified spare parts 32 b. Adequate oil and grease as required for the first lubrication of the equipment 33 c. Initial fill up of all chemical tanks and fuel tanks 34 d. Light bulbs 35 e. Fuses 36 f. Vault keys 37 g. Handwheels 38 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 22, 2021 h. Other expendable items as required for initial start-up and operation of all 1 equipment 2 D. Notice of Project Completion 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection 4 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 5 E. Supporting Documentation 6 1. Coordinate with the City Project Representative to complete the following 7 additional forms: 8 a. Final Payment Request 9 b. Statement of Contract Time 10 c. Affidavit of Payment and Release of Liens 11 d. Consent of Surety to Final Payment 12 e. Pipe Report (if required) 13 f. Contractor’s Evaluation of City 14 g. Performance Evaluation of Contractor 15 F. Letter of Final Acceptance 16 1. Upon review and acceptance of Notice of Project Completion and Supporting 17 Documentation, in accordance with General Conditions, City will issue Letter of 18 Final Acceptance and release the Final Payment Request for payment. 19 3.5 REPAIR / RESTORATION [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 31 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to “Clearing ROW” 32 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 SECTION 01 78 39 1 PROJECT RECORD DOCUMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Work associated with the documenting the project and recording changes to project 6 documents, including: 7 a. Record Drawings 8 b. Water Meter Service Reports 9 c. Sanitary Sewer Service Reports 10 d. Large Water Meter Reports 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 24 City’s Project Representative. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Accuracy of Records 30 1. Thoroughly coordinate changes within the Record Documents, making adequate 31 and proper entries on each page of Specifications and each sheet of Drawings and 32 other Documents where such entry is required to show the change properly. 33 2. Accuracy of records shall be such that future search for items shown in the Contract 34 Documents may rely reasonably on information obtained from the approved Project 35 Record Documents. 36 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 1 information that the change has occurred. 2 4. Provide factual information regarding all aspects of the Work, both concealed and 3 visible, to enable future modification of the Work to proceed without lengthy and 4 expensive site measurement, investigation and examination. 5 1.10 STORAGE AND HANDLING 6 A. Storage and Handling Requirements 7 1. Maintain the job set of Record Documents completely protected from deterioration 8 and from loss and damage until completion of the Work and transfer of all recorded 9 data to the final Project Record Documents. 10 2. In the event of loss of recorded data, use means necessary to again secure the data 11 to the City's approval. 12 a. In such case, provide replacements to the standards originally required by the 13 Contract Documents. 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 18 2.2 RECORD DOCUMENTS 19 A. Job set 20 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 21 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 22 B. Final Record Documents 23 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 24 the City 1 complete set of all Final Record Drawings in the Contract. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 MAINTENANCE DOCUMENTS 32 A. Maintenance of Job Set 33 1. Immediately upon receipt of the job set, identify each of the Documents with the 34 title, "RECORD DOCUMENTS - JOB SET". 35 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 2. Preservation 1 a. Considering the Contract completion time, the probable number of occasions 2 upon which the job set must be taken out for new entries and for examination, 3 and the conditions under which these activities will be performed, devise a 4 suitable method for protecting the job set. 5 b. Do not use the job set for any purpose except entry of new data and for review 6 by the City, until start of transfer of data to final Project Record Documents. 7 c. Maintain the job set at the site of work. 8 3. Coordination with Construction Survey 9 a. At a minimum clearly mark any deviations from Contract Documents 10 associated with installation of the infrastructure. 11 4. Making entries on Drawings 12 a. Record any deviations from Contract Documents. 13 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 14 change by graphic line and note as required. 15 c. Date all entries. 16 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 17 e. In the event of overlapping changes, use different colors for the overlapping 18 changes. 19 5. Conversion of schematic layouts 20 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 21 ducts, and similar items, are shown schematically and are not intended to 22 portray precise physical layout. 23 1) Final physical arrangement is determined by the Contractor, subject to the 24 City's approval. 25 2) However, design of future modifications of the facility may require 26 accurate information as to the final physical layout of items which are 27 shown only schematically on the Drawings. 28 b. Show on the job set of Record Drawings, by dimension accurate to within 1 29 inch, the centerline of each run of items. 30 1) Final physical arrangement is determined by the Contractor, subject to the 31 City's approval. 32 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 33 ceiling plenum", "exposed", and the like). 34 3) Make all identification sufficiently descriptive that it may be related 35 reliably to the Specifications. 36 c. The City may waive the requirements for conversion of schematic layouts 37 where, in the City's judgment, conversion serves no useful purpose. However, 38 do not rely upon waivers being issued except as specifically issued in writing 39 by the City. 40 B. Final Project Record Documents 41 1. Transfer of data to Drawings 42 a. Carefully transfer change data shown on the job set of Record Drawings to the 43 corresponding final documents, coordinating the changes as required. 44 b. Clearly indicate at each affected detail and other Drawing a full description of 45 changes made during construction, and the actual location of items. 46 c. Call attention to each entry by drawing a "cloud" around the area or areas 47 affected. 48 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103159 Revised April 7, 2014 d. Make changes neatly, consistently and with the proper media to assure 1 longevity and clear reproduction. 2 2. Transfer of data to other Documents 3 a. If the Documents, other than Drawings, have been kept clean during progress of 4 the Work, and if entries thereon have been orderly to the approval of the City, 5 the job set of those Documents, other than Drawings, will be accepted as final 6 Record Documents. 7 b. If any such Document is not so approved by the City, secure a new copy of that 8 Document from the City at the City's usual charge for reproduction and 9 handling, and carefully transfer the change data to the new copy to the approval 10 of the City. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application 24 03 30 00 - 1 CAST-IN-PLACE CONCRETE Page 1 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 03 30 00 1 CAST-IN-PLACE CONCRETE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, 6 mixture design, placement procedures and finishes, for the following: 7 a. Piers 8 b. Footings 9 c. Slabs-on-grade 10 d. Foundation walls 11 e. Retaining walls (non TxDOT) 12 f. Suspended slabs 13 g. Blocking 14 h. Cast-in-place manholes 15 i. Concrete vaults for meters and valves 16 j. Concrete encasement of utility lines 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 – General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Cast-in-Place Concrete 24 1. Measurement 25 a. This Item is considered subsidiary to the structure or Items being placed. 26 2. Payment 27 a. The work performed and the materials furnished in accordance with this Item 28 are subsidiary to the structure or Items being placed and no other compensation 29 will be allowed. 30 1.3 REFERENCES 31 A. Definitions 32 1. Cementitious Materials 33 a. Portland cement alone or in combination with 1 or more of the following: 34 1) Blended hydraulic cement 35 2) Fly ash 36 3) Other pozzolans 37 4) Ground granulated blast-furnace slag 38 03 30 00 - 2 CAST-IN-PLACE CONCRETE Page 2 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 5) Silica fume 1 b. Subject to compliance with the requirements of this specification 2 B. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American Association of State Highway and Transportation (AASHTO): 7 a. M182, Burlap Cloth Made from Jute or Kenaf. 8 3. American Concrete Institute (ACI): 9 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 10 b. ACI 301 Specifications for Structural Concrete 11 c. ACI 305.1 Specification for Hot Weather Concreting 12 d. ACI 306.1 Standard Specification for Cold Weather Concreting 13 e. ACI 308.1 Standard Specification for Curing Concrete 14 f. ACI 318 Building Code Requirements for Structural Concrete 15 g. ACI 347 Guide to Formwork for Concrete 16 4. American Institute of Steel Construction (AISC): 17 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 18 5. ASTM International (ASTM): 19 a. A36, Standard Specification for Carbon Structural Steel. 20 b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel 21 Hardware. 22 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 23 Materials for High-Temperature Service and Other Special Purpose 24 Applications. 25 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 26 Concrete Reinforcement. 27 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 28 Concrete Reinforcement. 29 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 30 Field. 31 g. C33, Standard Specification for Concrete Aggregates. 32 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 33 Specimens. 34 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 35 Beams of Concrete. 36 j. C94, Standard Specification for Ready-Mixed Concrete. 37 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 38 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 39 l. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 40 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 41 n. C150, Standard Specification for Portland Cement. 42 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 43 p. C219, Standard Terminology Relating to Hydraulic Cement. 44 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 45 Pressure Method. 46 03 30 00 - 3 CAST-IN-PLACE CONCRETE Page 3 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 1 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 2 Curing Concrete. 3 t. C494, Standard Specification for Chemical Admixtures for Concrete. 4 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 5 Pozzolan for Use in Concrete. 6 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 7 Concrete. 8 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 9 Use in Concrete and Mortars. 10 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 11 Flowing Concrete. 12 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 13 Concrete. 14 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-15 Cement Concrete. 16 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 17 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 18 Levelness Numbers. 19 cc. F436, Standard Specification for Hardened Steel Washers. 20 6. American Welding Society (AWS). 21 a. D1.1, Structural Welding Code - Steel. 22 b. D1.4, Structural Welding Code - Reinforcing Steel. 23 7. Concrete Reinforcing Steel Institute (CRSI) 24 a. Manual of Standard Practice 25 8. Texas Department of Transportation 26 a. Standard Specification for Construction and Maintenance of Highways, Streets 27 and Bridges 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Work Included 30 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete 31 including shoring, reshoring, falsework, bracing, proprietary forming systems, 32 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 33 blockouts, sleeves, pockets and accessories. 34 a. Erection shall include installation in formwork of items furnished by other 35 trades. 36 2. Furnish all labor and materials required to fabricate, deliver and install 37 reinforcement and embedded metal assemblies for cast-in-place concrete, including 38 steel bars, welded steel wire fabric, ties, supports and sleeves. 39 3. Furnish all labor and materials required to perform the following: 40 a. Cast-in-place concrete 41 b. Concrete mix designs 42 c. Grouting 43 03 30 00 - 4 CAST-IN-PLACE CONCRETE Page 4 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.5 SUBMITTALS 1 A. Submittals shall be in accordance with Section 01 33 00. 2 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 3 specials. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Product Data 6 1. Required for each type of product indicated 7 B. Design Mixtures 8 1. For each concrete mixture submit proposed mix designs in accordance with ACI 9 318, chapter 5. 10 2. Submit each proposed mix design with a record of past performance. 11 3. Submit alternate design mixtures when characteristics of materials, Project condi-12 tions, weather, test results or other circumstances warrant adjustments. 13 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 14 a. Include this quantity on delivery ticket. 15 C. Steel Reinforcement Submittals for Information 16 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem-17 ical analysis. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Manufacturer Qualifications 22 1. A firm experienced in manufacturing ready-mixed concrete products and that com-23 plies with ASTM C94 requirements for production facilities and equipment 24 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 25 Concrete Production Facilities” 26 B. Source Limitations 27 1. Obtain each type or class of cementitious material of the same brand from the same 28 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 29 1 source from a single manufacturer. 30 C. ACI Publications 31 1. Comply with the following unless modified by requirements in the Contract Docu-32 ments: 33 a. ACI 301 Sections 1 through 5 34 b. ACI 117 35 D. Concrete Testing Service 36 1. Engage a qualified independent testing agency to perform material evaluation tests. 37 03 30 00 - 5 CAST-IN-PLACE CONCRETE Page 5 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.10 DELIVERY, STORAGE, AND HANDLING 1 A. Steel Reinforcement 2 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 3 2. Avoid damaging coatings on steel reinforcement. 4 B. Waterstops 5 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 6 contaminants. 7 1.11 FIELD CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS 10 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 11 2.2 PRODUCT TYPES AND MATERIALS 12 A. Manufacturers 13 1. In other Part 2 articles where titles below introduce lists, the following requirements 14 apply to product selection: 15 a. Available Products: Subject to compliance with requirements, products that 16 may be incorporated into the Work include, but are not limited to, products 17 specified. 18 b. Available Manufacturers: Subject to compliance with requirements, 19 manufacturers offering products that may be incorporated into the Work 20 include, but are not limited to, manufacturers specified. 21 B. Form-Facing Materials 22 1. Rough-Formed Finished Concrete 23 a. Plywood, lumber, metal or another approved material 24 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 25 2. Chamfer Strips 26 a. Wood, metal, PVC or rubber strips 27 b. ¾-inch x ¾-inch, minimum 28 3. Rustication Strips 29 a. Wood, metal, PVC or rubber strips 30 b. Kerfed for ease of form removal 31 4. Form-Release Agent 32 a. Commercially formulated form-release agent that will not bond with, stain or 33 adversely affect concrete surfaces 34 b. Shall not impair subsequent treatments of concrete surfaces 35 c. For steel form-facing materials, formulate with rust inhibitor. 36 5. Form Ties 37 03 30 00 - 6 CAST-IN-PLACE CONCRETE Page 6 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a. Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced 1 plastic form ties designed to resist lateral pressure of fresh concrete on forms 2 and to prevent spalling of concrete on removal. 3 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 4 of exposed concrete surface. 5 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 6 diameter in concrete surface. 7 d. Furnish ties with integral water-barrier plates to walls indicated to receive 8 dampproofing or waterproofing. 9 C. Steel Reinforcement 10 1. Reinforcing Bars 11 a. ASTM A615, Grade 60, deformed 12 D. Reinforcement Accessories 13 1. Smooth Dowel Bars 14 a. ASTM A615, Grade 60, steel bars (smooth) 15 b. Cut bars true to length with ends square and free of burrs. 16 2. Bar Supports 17 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 18 reinforcing bars and welded wire reinforcement in place 19 b. Manufacture bar supports from steel wire, plastic or precast concrete according 20 to CRSI's "Manual of Standard Practice," of greater compressive strength than 21 concrete and as follows: 22 1) For concrete surfaces exposed to view where legs of wire bar supports 23 contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI 24 Class 2 stainless-steel bar supports. 25 2) For slabs-on-grade, provide sand plates, horizontal runners or precast 26 concrete blocks on bottom where base material will not support chair legs 27 or where vapor barrier has been specified. 28 E. Embedded Metal Assemblies 29 1. Steel Shapes and Plates: ASTM A36 30 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson 31 Stud Welding Division or approved equal 32 F. Expansion Anchors 33 1. Available Products 34 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 35 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 36 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 37 G. Adhesive Anchors and Dowels 38 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 39 into hardened concrete or grout-filled masonry. 40 a. The adhesive system shall use a 2-component adhesive mix and shall be 41 injected with a static mixing nozzle following manufacturer’s instructions. 42 03 30 00 - 7 CAST-IN-PLACE CONCRETE Page 7 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b. The embedment depth of the rod shall provide a minimum allowable bond 1 strength that is equal to the allowable yield capacity of the rod, unless otherwise 2 specified. 3 2. Available Products 4 a. Hilti HIT HY 150 Max 5 b. Simpson Acrylic-Tie 6 c. Powers Fasteners AC 100+ Gold 7 3. Threaded Rods: ASTM A193 8 a. Nuts: ASTM A563 hex carbon steel 9 b. Washers: ASTM F436 hardened carbon steel 10 c. Finish: Hot-dip zinc coating, ASTM A153, Class C 11 H. Inserts 12 1. Provide metal inserts required for anchorage of materials or equipment to concrete 13 construction where not supplied by other trades: 14 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 15 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 16 washers. 17 1) Provide ¾-inch bolt size, unless otherwise indicated. 18 b. In horizontal concrete surfaces and whenever inserts are subject to tension 19 forces, provide threaded inserts of malleable cast iron furnished with full depth 20 bolts. 21 1) Provide ¾-inch bolt size, unless otherwise indicated. 22 I. Concrete Materials 23 1. Cementitious Material 24 a. Use the following cementitious materials, of the same type, brand, and source, 25 throughout Project: 26 1) Portland Cement 27 a) ASTM C150, Type I/II, gray 28 b) Supplement with the following: 29 (1) Fly Ash 30 (a) ASTM C618, Class C or F 31 (2) Ground Granulated Blast-Furnace Slag 32 (a) ASTM C989, Grade 100 or 120. 33 2) Silica Fume 34 a) ASTM C1240, amorphous silica 35 3) Normal-Weight Aggregates 36 a) ASTM C33, Class 3S coarse aggregate or better, graded 37 b) Provide aggregates from a single source. 38 4) Maximum Coarse-Aggregate Size 39 a) ¾-inch nominal 40 5) Fine Aggregate 41 a) Free of materials with deleterious reactivity to alkali in cement 42 6) Water 43 a) ASTM C94 and potable 44 J. Admixtures 45 03 30 00 - 8 CAST-IN-PLACE CONCRETE Page 8 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. Air-Entraining Admixture 1 a. ASTM C260 2 2. Chemical Admixtures 3 a. Provide admixtures certified by manufacturer to be compatible with other ad-4 mixtures and that will not contribute water-soluble chloride ions exceeding 5 those permitted in hardened concrete. 6 b. Do not use calcium chloride or admixtures containing calcium chloride. 7 c. Water-Reducing Admixture 8 1) ASTM C494, Type A 9 d. Retarding Admixture 10 1) ASTM C494, Type B 11 e. Water-Reducing and Retarding Admixture 12 1) ASTM C494, Type D 13 f. High-Range, Water-Reducing Admixture 14 1) ASTM C494, Type F 15 g. High-Range, Water-Reducing and Retarding Admixture 16 1) ASTM C494, Type G 17 h. Plasticizing and Retarding Admixture 18 1) ASTM C1017, Type II 19 K. Waterstops 20 1. Self-Expanding Butyl Strip Waterstops 21 a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium 22 bentonite or other hydrophilic polymers, for adhesive bonding to concrete, ¾-23 inch x 1-inch. 24 b. Available Products 25 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 26 2) Concrete Sealants Inc.; Conseal CS-231 27 3) Greenstreak; Swellstop 28 4) Henry Company, Sealants Division; Hydro-Flex 29 5) JP Specialties, Inc.; Earthshield Type 20 30 6) Progress Unlimited, Inc.; Superstop 31 7) TCMiraDRI; Mirastop 32 L. Curing Materials 33 1. Absorptive Cover 34 a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing 35 approximately 9 ounces/square yard when dry 36 2. Moisture-Retaining Cover 37 a. ASTM C171, polyethylene film or white burlap-polyethylene sheet 38 3. Water 39 a. Potable 40 4. Clear, Waterborne, Membrane-Forming Curing Compound 41 a. ASTM C309, Type 1, Class B, dissipating 42 b. Available Products 43 1) Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB 44 2) Burke by Edoco; Aqua Resin Cure 45 3) ChemMasters; Safe-Cure Clear 46 03 30 00 - 9 CAST-IN-PLACE CONCRETE Page 9 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 1 Company; W.B. Resin Cure 2 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 3 6) Euclid Chemical Company (The); Kurez DR VOX 4 7) Kaufman Products, Inc.; Thinfilm 420 5 8) Lambert Corporation; Aqua Kure-Clear 6 9) L&M Construction Chemicals, Inc.; L&M Cure R 7 10) Meadows, W. R., Inc.; 1100 Clear 8 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 9 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 10 13) Tamms Industries, Inc.; Horncure WB 30 11 14) Unitex; Hydro Cure 309 12 15) US Mix Products Company; US Spec Maxcure Resin Clear 13 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 14 M. Related Materials 15 1. Bonding Agent 16 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 17 butadiene 18 2. Epoxy Bonding Adhesive 19 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 20 to damp surfaces, of class suitable for application temperature and of grade to 21 suit requirements, and as follows: 22 1) Types I and II, non-load bearing 23 2) IV and V, load bearing, for bonding 24 3) Hardened or freshly mixed concrete to hardened concrete 25 3. Reglets 26 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 27 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 28 or debris. 29 4. Sleeves and Blockouts 30 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 31 tubes or wood 32 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 33 a. Sized as required 34 b. Shall be of strength and character to maintain formwork in place while placing 35 concrete 36 N. Repair Materials 37 1. Repair Underlayment 38 a. Cement-based, polymer-modified, self-leveling product that can be applied in 39 thicknesses of 1/8 inch or greater 40 1) Do not feather. 41 b. Cement Binder 42 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 43 defined in ASTM C219 44 c. Primer 45 03 30 00 - 10 CAST-IN-PLACE CONCRETE Page 10 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1) Product of underlayment manufacturer recommended for substrate, condi-1 tions, and application 2 d. Aggregate 3 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 4 recommended by underlayment manufacturer 5 e. Compressive Strength 6 1) Not less than 4100 psi at 28 days when tested according to 7 ASTM C109/C109M 8 2. Repair Overlayment 9 a. Cement-based, polymer-modified, self-leveling product that can be applied in 10 thicknesses of 1/8 inch or greater 11 1) Do not feather. 12 b. Cement Binder 13 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 14 defined in ASTM C219 15 c. Primer 16 1) Product of topping manufacturer recommended for substrate, conditions, 17 and application 18 d. Aggregate 19 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend-20 ed by topping manufacturer 21 e. Compressive Strength 22 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 23 O. Concrete Mixtures, General 24 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 25 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 26 a. Required average strength above specified strength 27 1) Based on a record of past performance 28 a) Determination of required average strength above specified strength 29 shall be based on the standard deviation record of the results of at least 30 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 31 by the larger amount defined by formulas 5-1 and 5-2. 32 2) Based on laboratory trial mixtures 33 a) Proportions shall be selected on the basis of laboratory trial batches 34 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 35 average strength greater than the specified strength f'c by the amount 36 defined in table 5.3.2.2. 37 3) Proportions of ingredients for concrete mixes shall be determined by an in-38 dependent testing laboratory or qualified concrete supplier. 39 4) For each proposed mixture, at least 3 compressive test cylinders shall be 40 made and tested for strength at the specified age. 41 a) Additional cylinders may be made for testing for information at earlier 42 ages. 43 2. Cementitious Materials 44 a. Limit percentage, by weight, of cementitious materials other than portland ce-45 ment in concrete as follows, unless specified otherwise: 46 1) Fly Ash: 25 percent 47 03 30 00 - 11 CAST-IN-PLACE CONCRETE Page 11 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2) Combined Fly Ash and Pozzolan: 25 percent 1 3) Ground Granulated Blast-Furnace Slag: 50 percent 2 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 3 Slag: 50 percent 4 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per-5 cent 6 6) Silica Fume: 10 percent 7 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 8 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per-9 cent 10 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, 11 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 12 percent and silica fume not exceeding 10 percent 13 3. Limit water-soluble, chloride-ion content in hardened concrete to: 14 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 15 (typical) 16 b. 0.15 percent by weight if concrete will be exposed to chlorides 17 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 18 continually dry and protected. 19 4. Admixtures 20 a. Use admixtures according to manufacturer's written instructions. 21 b. Do not use admixtures which have not been incorporated and tested in accepted 22 mixes. 23 c. Use water-reducing high-range water-reducing or plasticizing admixture in 24 concrete, as required, for placement and workability. 25 d. Use water-reducing and retarding admixture when required by high 26 temperatures, low humidity or other adverse placement conditions. 27 e. Use water-reducing admixture in pumped concrete, concrete for heavy-use 28 industrial slabs and parking structure slabs, concrete required to be watertight, 29 and concrete with a water-cementitious materials ratio below 0.50. 30 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 31 P. Concrete Mixtures 32 1. Refer to TxDOT “Standard Specifications for Construction and Maintenance of 33 Highways, Streets, and Bridges” for: 34 a. Culverts 35 b. Headwalls 36 c. Wingwalls 37 2. Proportion normal-weight concrete mixture as follows: 38 a. Minimum Compressive Strength: 3,000 psi at 28 days 39 b. Maximum Water-Cementitious Materials Ratio: 0.50 40 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 41 inches before adding high-range water-reducing admixture or plasticizing 42 admixture, plus or minus 1 inch 43 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4-44 inch nominal maximum aggregate size 45 Q. Fabricating Reinforcement 46 03 30 00 - 12 CAST-IN-PLACE CONCRETE Page 12 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 1 R. Fabrication of Embedded Metal Assemblies 2 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 3 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 4 accordance with AWS D1.1. 5 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 6 All other metal assemblies shall be either hot dip galvanized or painted with an 7 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 8 installed in accordance with the manufacturer's instructions. Repair painted 9 assemblies after welding with same type of paint. 10 S. Concrete Mixing 11 1. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to 12 ASTM C94, and furnish batch ticket information. 13 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 14 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 15 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 16 2. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete 17 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type 18 batch machine mixer. 19 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 20 minutes, but not more than 5 minutes after ingredients are in mixer, before any 21 part of batch is released. 22 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 23 seconds for each additional 1 cubic yard. 24 c. Provide batch ticket for each batch discharged and used in the Work, indicating 25 Project identification name and number, date, mixture type, mixture time, 26 quantity, and amount of water added. Record approximate location of final 27 deposit in structure. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. Formwork 36 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 37 support vertical, lateral, static, and dynamic loads, and construction loads that might 38 be applied, until structure can support such loads. 39 03 30 00 - 13 CAST-IN-PLACE CONCRETE Page 13 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Construct formwork so concrete members and structures are of size, shape, 1 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 2 a. Vertical alignment 3 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 4 2) Outside corner of exposed corner columns and control joints in concrete 5 exposed to view less than 100 feet in height - 1/2 inch. 6 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 7 height but not more than 6 inches. 8 4) Outside corner of exposed corner columns and control joints in concrete 9 exposed to view greater than 100 feet in height - 1/2000 times the height 10 but not more than 3 inches. 11 b. Lateral alignment 12 1) Members - 1 inch. 13 2) Centerline of openings 12 inches or smaller and edge location of larger 14 openings in slabs - 1/2 inch. 15 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 16 c. Level alignment 17 1) Elevation of slabs-on-grade - 3/4 inch. 18 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 19 inch. 20 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 21 d. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns 22 and thickness of walls and slabs. 23 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 24 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 25 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 26 e. Relative alignment 27 1) Stairs 28 a) Difference in height between adjacent risers - 1/8 inch. 29 b) Difference in width between adjacent treads - 1/4 inch. 30 c) Maximum difference in height between risers in a flight of stairs - 3/8 31 inch. 32 d) Maximum difference in width between treads in a flight of stairs - 3/8 33 inch. 34 2) Grooves 35 a) Specified width 2 inches or less - 1/8 inch. 36 b) Specified width between 2 inches and 12 inches - 1/4 inch. 37 3) Vertical alignment of outside corner of exposed corner columns and control 38 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 39 4) All other conditions - 3/8 inch in 10 feet. 40 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 41 as follows: 42 a. Class B, 1/4 inch for smooth-formed finished surfaces. 43 b. Class C, 1/2 inch for rough-formed finished surfaces. 44 4. Construct forms tight enough to prevent loss of concrete mortar. 45 03 30 00 - 14 CAST-IN-PLACE CONCRETE Page 14 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 5. Fabricate forms for easy removal without hammering or prying against concrete 1 surfaces. Provide crush or wrecking plates where stripping may damage cast 2 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 3 horizontal to 1 vertical. 4 a. Install keyways, reglets, recesses, and the like, for easy removal. 5 b. Do not use rust-stained steel form-facing material. 6 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 7 required elevations and slopes in finished concrete surfaces. Provide and secure 8 units to support screed strips; use strike-off templates or compacting-type screeds. 9 7. Construct formwork to cambers shown or specified on the Drawings to allow for 10 structural deflection of the hardened concrete. Provide additional elevation or 11 camber in formwork as required for anticipated formwork deflections due to weight 12 and pressures of concrete and construction loads. 13 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 14 caps, walls, and columns straight and to the lines and grades specified. Do no earth 15 form foundation elements unless specifically indicated on the Drawings. 16 9. Provide temporary openings for cleanouts and inspection ports where interior area 17 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 18 securely braced to prevent loss of concrete mortar. Locate temporary openings in 19 forms at inconspicuous locations. 20 10. Chamfer exterior corners and edges of permanently exposed concrete. 21 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 22 bulkheads required in the Work. Determine sizes and locations from trades 23 providing such items. 24 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 25 sawdust, dirt, and other debris just before placing concrete. 26 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 27 leaks and maintain proper alignment. 28 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's 29 written instructions, before placing reinforcement, anchoring devices, and 30 embedded items. 31 a. Do not apply form release agent where concrete surfaces are scheduled to 32 receive subsequent finishes which may be affected by agent. Soak contact 33 surfaces of untreated forms with clean water. Keep surfaces wet prior to 34 placing concrete. 35 B. Embedded Items 36 1. Place and secure anchorage devices and other embedded items required for 37 adjoining work that is attached to or supported by cast-in-place concrete. Use 38 setting drawings, templates, diagrams, instructions, and directions furnished with 39 items to be embedded. 40 a. Install anchor rods, accurately located, to elevations required and complying 41 with tolerances in AISC 303, Section 7.5. 42 1) Spacing within a bolt group: 1/8 inch 43 2) Location of bolt group (center): ½ inch 44 3) Rotation of bolt group: 5 degrees 45 03 30 00 - 15 CAST-IN-PLACE CONCRETE Page 15 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 4) Angle off vertical: 5 degrees 1 5) Bolt projection: ± 3/8 inch 2 b. Install reglets to receive waterproofing and to receive through-wall flashings in 3 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 4 shelf angles, and other conditions. 5 C. Removing and Reusing Forms 6 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 7 compressive strength. 8 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 9 Work that does not support weight of concrete may be removed after cumulatively 10 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 11 concrete is hard enough to not be damaged by form-removal operations and curing 12 and protection operations are maintained. 13 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 14 that supports weight of concrete in place until concrete has achieved at least 70 15 percent of its 28-day design compressive strength. 16 b. Do not remove formwork supporting conventionally reinforced concrete until 17 concrete has attained 70 percent of its specified 28 day compressive strength as 18 established by tests of field cured cylinders. In the absence of cylinder tests, 19 supporting formwork shall remain in place until the concrete has cured at a 20 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 21 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 22 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 23 listed time period. Formwork for 2-way conventionally reinforced slabs shall 24 remain in place for at least the minimum cumulative time periods specified for 25 1-way slabs of the same maximum span. 26 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 27 removal. Reshores shall remain until the concrete has attained the specified 28 28 day compressive strength. 29 d. Minimum cumulative curing times may be reduced by the use of high-early 30 strength cement or forming systems which allow form removal without 31 disturbing shores, but only after the Contractor has demonstrated to the 32 satisfaction of the Engineer that the early removal of forms will not cause 33 excessive sag, distortion or damage to the concrete elements. 34 e. Completely remove wood forms. Provide temporary openings if required. 35 f. Provide adequate methods of curing and thermal protection of exposed concrete 36 if forms are removed prior to completion of specified curing time. 37 g. Reshore areas required to support construction loads in excess of 20 pounds per 38 square foot to properly distribute construction loading. Construction loads up 39 to the rated live load capacity may be placed on unshored construction provided 40 the concrete has attained the specified 28 day compressive strength. 41 h. Obtaining concrete compressive strength tests for the purposes of form removal 42 is the responsibility of the Contractor. 43 i. Remove forms only if shores have been arranged to permit removal of forms 44 without loosening or disturbing shores. 45 03 30 00 - 16 CAST-IN-PLACE CONCRETE Page 16 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 1 delaminated, or otherwise damaged form-facing material will not be acceptable for 2 exposed surfaces. Apply new form-release agent. 3 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 4 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 5 exposed concrete surfaces unless approved by Engineer. 6 D. Shores and Reshores 7 1. The Contractor is solely responsible for proper shoring and reshoring. 8 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 9 and reshoring. 10 a. Do not remove shoring or reshoring until measurement of slab tolerances is 11 complete. 12 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 13 Locate and provide adequate reshoring to support construction without excessive 14 stress or deflection. 15 E. Steel Reinforcement 16 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 17 reinforcement. 18 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 19 before placing concrete. 20 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 21 materials that would reduce bond to concrete. 22 3. Accurately position, support, and secure reinforcement against displacement. 23 Locate and support reinforcement with bar supports to maintain minimum concrete 24 cover. Do not tack weld crossing reinforcing bars. 25 a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel 26 conforming to ASTM A706 may be welded. 27 4. Installation tolerances 28 a. Top and bottom bars in slabs, girders, beams and joists: 29 1) Members 8 inches deep or less: ±3/8 inch 30 2) Members more than 8 inches deep: ±1/2 inch 31 b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 32 inches deep or less; ±1/2 inches for members over 8 inches deep, except that 33 tolerance for cover shall not exceed 1/3 of the specified cover. 34 5. Concrete Cover 35 a. Reinforcing in structural elements deposited against the ground: 3 inches 36 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 37 c. Grade beams and exterior face of formed walls and columns exposed to 38 weather or in contact with the ground: 2 inches 39 d. Interior faces of walls: 1 inches 40 e. Slabs: 3/4 inches 41 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 42 with ACI 318 for minimum lap of spliced bars where not specified on the 43 documents. Do not lap splice no. 14 and 18 bars. 44 03 30 00 - 17 CAST-IN-PLACE CONCRETE Page 17 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 7. Field Welding of Embedded Metal Assemblies 1 a. Remove all paint and galvanizing in areas to receive field welds. 2 b. Field Prepare all areas where paint or galvanizing has been removed with the 3 specified paint or cold galvanizing compound, respectively. 4 F. Joints 5 1. General: Construct joints true to line with faces perpendicular to surface plane of 6 concrete. 7 2. Construction Joints: Install so strength and appearance of concrete are not 8 impaired, at locations indicated or as approved by Engineer. 9 a. Place joints perpendicular to main reinforcement. Continue reinforcement 10 across construction joints, unless otherwise indicated. Do not continue 11 reinforcement through sides of strip placements of floors and slabs. 12 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 13 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 14 Offset joints in girders a minimum distance of twice the beam width from a 15 beam-girder intersection. 16 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 17 beams, and girders and at the top of footings or floor slabs. 18 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 19 with walls, near corners, and in concealed locations where possible. 20 f. Use a bonding agent at locations where fresh concrete is placed against 21 hardened or partially hardened concrete surfaces. 22 3. Doweled Joints: Install dowel bars and support assemblies at joints where 23 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 24 bonding to 1 side of joint. 25 G. Waterstops 26 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 27 form a continuous diaphragm. Install in longest lengths practicable. Support and 28 protect exposed waterstops during progress of the Work. Field fabricate joints in 29 waterstops according to manufacturer's written instructions. 30 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 31 locations indicated, according to manufacturer's written instructions, adhesive 32 bonding, mechanically fastening, and firmly pressing into place. Install in longest 33 lengths practicable. 34 H. Adhesive Anchors 35 1. Comply with the manufacturer's installation instructions on the hole diameter and 36 depth required to fully develop the tensile strength of the adhesive anchor or 37 reinforcing bar. 38 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 39 loose material from the hole, prior to installing adhesive material. 40 I. Concrete Placement 41 1. Before placing concrete, verify that installation of formwork, reinforcement, and 42 embedded items is complete and that required inspections have been performed. 43 03 30 00 - 18 CAST-IN-PLACE CONCRETE Page 18 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Do not add water to concrete during delivery, at Project site, or during placement 1 unless approved by Engineer. 2 3. Before test sampling and placing concrete, water may be added at Project site, 3 subject to limitations of ACI 301. 4 a. Do not add water to concrete after adding high-range water-reducing 5 admixtures to mixture. 6 b. Do not exceed the maximum specified water/cement ratio for the mix. 7 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 8 that no new concrete will be placed on concrete that has hardened enough to cause 9 seams or planes of weakness. If a section cannot be placed continuously, provide 10 construction joints as indicated. Deposit concrete to avoid segregation. 11 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 12 pressures, 15 feet maximum and in a manner to avoid inclined construction 13 joints. 14 b. Consolidate placed concrete with mechanical vibrating equipment according to 15 ACI 301. 16 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 17 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 18 layer and at least 6 inches into preceding layer. Do not insert vibrators into 19 lower layers of concrete that have begun to lose plasticity. At each insertion, 20 limit duration of vibration to time necessary to consolidate concrete and 21 complete embedment of reinforcement and other embedded items without 22 causing mixture constituents to segregate. 23 d. Do not permit concrete to drop freely any distance greater than 10 feet for 24 concrete containing a high range water reducing admixture (superplasticizer) or 25 5 feet for other concrete. Provide chute or tremie to place concrete where longer 26 drops are necessary. Do not place concrete into excavations with standing 27 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 28 with its outlet near the bottom of the place of deposit. 29 e. Discard pump priming grout and do not use in the structure. 30 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 31 within limits of construction joints, until placement of a panel or section is 32 complete. 33 a. Consolidate concrete during placement operations so concrete is thoroughly 34 worked around reinforcement and other embedded items and into corners. 35 b. Maintain reinforcement in position on chairs during concrete placement. 36 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 37 d. Slope surfaces uniformly to drains where required. 38 e. Begin initial floating using bull floats or darbies to form a uniform and open-39 textured surface plane, before excess bleedwater appears on the surface. Do not 40 further disturb slab surfaces before starting finishing operations. 41 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 42 concrete work from physical damage or reduced strength that could be caused by 43 frost, freezing actions, or low temperatures. 44 a. When average high and low temperature is expected to fall below 40 45 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 46 temperature within the temperature range required by ACI 301. 47 03 30 00 - 19 CAST-IN-PLACE CONCRETE Page 19 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b. Do not use frozen materials or materials containing ice or snow. Do not place 1 concrete on frozen subgrade or on subgrade containing frozen materials. 2 c. Do not use calcium chloride, salt, or other materials containing antifreeze 3 agents or chemical accelerators unless otherwise specified and approved in 4 mixture designs. 5 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 6 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 7 placement. Chilled mixing water or chopped ice may be used to control 8 temperature, provided water equivalent of ice is calculated to total amount of 9 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 10 b. Fog-spray forms, steel reinforcement, and subgrade just before placing 11 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 12 dry areas. 13 J. Finishing Formed Surfaces 14 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 15 with tie holes and defects repaired and patched. Remove fins and other projections 16 that exceed specified limits on formed-surface irregularities. 17 a. Apply to concrete surfaces not exposed to public view. 18 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 19 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 20 texture matching adjacent formed surfaces. Continue final surface treatment of 21 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 22 indicated. 23 K. Miscellaneous Concrete Items 24 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 25 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 26 specified, to blend with in-place construction. Provide other miscellaneous 27 concrete filling indicated or required to complete the Work. 28 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 29 concrete is still green and by steel-troweling surfaces to a hard, dense finish with 30 corners, intersections, and terminations slightly rounded. 31 3. Equipment Bases and Foundations: Provide machine and equipment bases and 32 foundations as shown on Drawings. Set anchor bolts for machines and equipment 33 at correct elevations, complying with diagrams or templates from manufacturer 34 furnishing machines and equipment. 35 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 36 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 37 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 38 during pouring of concrete fill. 39 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 40 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 41 L. Concrete Protecting and Curing 42 1. General: Protect freshly placed concrete from premature drying and excessive cold 43 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 44 ACI 305.1 for hot-weather protection during curing. 45 03 30 00 - 20 CAST-IN-PLACE CONCRETE Page 20 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 1 supported slabs, and other similar surfaces. If forms remain during curing period, 2 moist cure after loosening forms. If removing forms before end of curing period, 3 continue curing for the remainder of the curing period. 4 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 5 unformed surfaces, including floors and slabs, concrete floor toppings, and other 6 surfaces. 7 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 8 methods: 9 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 10 with the following materials: 11 1) Water 12 2) Continuous water-fog spray 13 3) Absorptive cover, water saturated, and kept continuously wet. Cover 14 concrete surfaces and edges with 12-inch lap over adjacent absorptive 15 covers 16 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-17 retaining cover for curing concrete, placed in widest practicable width, with 18 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 19 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 20 during curing period using cover material and waterproof tape. 21 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 22 receive floor coverings. 23 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 24 receive penetrating liquid floor treatments. 25 3) Cure concrete surfaces to receive floor coverings with either a moisture-26 retaining cover or a curing compound that the manufacturer certifies will 27 not interfere with bonding of floor covering used on Project. 28 c. Curing Compound: Apply uniformly in continuous operation by power spray 29 or roller according to manufacturer's written instructions. Recoat areas 30 subjected to heavy rainfall within 3 hours after initial application. Maintain 31 continuity of coating and repair damage during curing period. 32 3.5 REPAIR 33 A. Concrete Surface Repairs 34 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 35 Remove and replace concrete that cannot be repaired and patched to Engineer’s 36 approval. 37 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 38 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 39 water for handling and placing. 40 3. Repairing Formed Surfaces: Surface defects include color and texture 41 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 42 projections on the surface, and stains and other discolorations that cannot be 43 removed by cleaning. 44 03 30 00 - 21 CAST-IN-PLACE CONCRETE Page 21 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 1 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 2 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 3 with water, and brush-coat holes and voids with bonding agent. Fill and 4 compact with patching mortar before bonding agent has dried. Fill form-tie 5 voids with patching mortar or cone plugs secured in place with bonding agent. 6 b. Repair defects on surfaces exposed to view by blending white portland cement 7 and standard portland cement so that, when dry, patching mortar will match 8 surrounding color. Patch a test area at inconspicuous locations to verify 9 mixture and color match before proceeding with patching. Compact mortar in 10 place and strike off slightly higher than surrounding surface. 11 c. Repair defects on concealed formed surfaces that affect concrete's durability 12 and structural performance as determined by Engineer. 13 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 14 for finish and verify surface tolerances specified for each surface. Correct low and 15 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 16 a sloped template. 17 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 18 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 19 or that penetrate to reinforcement or completely through unreinforced sections 20 regardless of width, and other objectionable conditions. 21 b. After concrete has cured at least 14 days, correct high areas by grinding. 22 c. Correct localized low areas during or immediately after completing surface 23 finishing operations by cutting out low areas and replacing with patching 24 mortar. Finish repaired areas to blend into adjacent concrete. 25 d. Repair defective areas, except random cracks and single holes 1 inch or less in 26 diameter, by cutting out and replacing with fresh concrete. Remove defective 27 areas with clean, square cuts and expose steel reinforcement with at least a 3/4-28 inch clearance all around. Dampen concrete surfaces in contact with patching 29 concrete and apply bonding agent. Mix patching concrete of same materials 30 and mixture as original concrete except without coarse aggregate. Place, 31 compact, and finish to blend with adjacent finished concrete. Cure in same 32 manner as adjacent concrete. 33 e. Repair random cracks and single holes 1 inch or less in diameter with patching 34 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 35 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 36 bonding agent. Place patching mortar before bonding agent has dried. 37 Compact patching mortar and finish to match adjacent concrete. Keep patched 38 area continuously moist for at least 72 hours. 39 5. Perform structural repairs of concrete, subject to Engineer’s approval, using epoxy 40 adhesive and patching mortar. 41 6. Repair materials and installation not specified above may be used, subject to 42 Engineer’s approval. 43 03 30 00 - 22 CAST-IN-PLACE CONCRETE Page 22 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3.6 RE-INSTALLATION [NOT USED] 1 3.7 FIELD QUALITY CONTROL 2 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 3 inspecting agency to perform field tests and inspections and prepare test reports. 4 B. Inspections 5 1. Steel reinforcement placement 6 2. Headed bolts and studs 7 3. Verification of use of required design mixture 8 4. Concrete placement, including conveying and depositing 9 5. Curing procedures and maintenance of curing temperature 10 6. Verification of concrete strength before removal of shores and forms from beams 11 and slabs 12 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 13 according to ASTM C172 according to the following requirements: 14 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 15 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 16 each additional 50 cubic yard or fraction thereof. 17 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 18 not less than 1 test for each day's pour of each concrete mixture. Perform additional 19 tests when concrete consistency appears to change. 20 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for 21 each composite sample, but not less than 1 test for each day's pour of each concrete 22 mixture. 23 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 24 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 25 test for each composite sample. 26 5. Compression Test Specimens: ASTM C31. 27 a. Cast and laboratory cure 4 cylinders for each composite sample. 28 1) Do not transport field cast cylinders until they have cured for a 29 minimum of 24 hours. 30 6. Compressive-Strength Tests: ASTM C39; 31 a. Test 1 cylinder at 7 days. 32 b. Test 2 cylinders at 28 days. 33 c. Hold 1 cylinder for testing at 56 days as needed. 34 7. When strength of field-cured cylinders is less than 85 percent of companion 35 laboratory-cured cylinders, evaluate operations and provide corrective procedures 36 for protecting and curing in-place concrete. 37 8. Strength of each concrete mixture will be satisfactory if every average of any 3 38 consecutive compressive-strength tests equals or exceeds specified compressive 39 strength and no compressive-strength test value falls below specified compressive 40 strength by more than 500 psi. 41 03 30 00 - 23 CAST-IN-PLACE CONCRETE Page 23 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 1 within 48 hours of testing. Reports of compressive-strength tests shall contain 2 Project identification name and number, date of concrete placement, name of 3 concrete testing and inspecting agency, location of concrete batch in Work, design 4 compressive strength at 28 days, concrete mixture proportions and materials, 5 compressive breaking strength, and type of break for both 7- and 28-day tests. 6 10. Additional Tests: Testing and inspecting agency shall make additional tests of 7 concrete when test results indicate that slump, air entrainment, compressive 8 strengths, or other requirements have not been met, as directed by Engineer. 9 Testing and inspecting agency may conduct tests to determine adequacy of concrete 10 by cored cylinders complying with ASTM C42 or by other methods as directed by 11 Engineer. 12 a. When the strength level of the concrete for any portion of the structure, as 13 indicated by cylinder tests, falls below the specified requirements, provide 14 improved curing conditions and/or adjustments to the mix design as required to 15 obtain the required strength. If the average strength of the laboratory control 16 cylinders falls so low as to be deemed unacceptable, follow the core test 17 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 18 approved by the Engineer. Core sampling and testing shall be at Contractors 19 expense. 20 b. If the results of the core tests indicate that the strength of the structure is 21 inadequate, any replacement, load testing, or strengthening as may be ordered 22 by the Engineer shall be provided by the Contractor without cost to the City. 23 11. Additional testing and inspecting, at Contractor's expense, will be performed to 24 determine compliance of replaced or additional work with specified requirements. 25 12. Correct deficiencies in the Work that test reports and inspections indicate does not 26 comply with the Contract Documents. 27 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 28 hours of finishing. 29 E. Concrete Finish Measurement and Tolerances 30 1. All floors are subject to measurement for flatness and levelness and comply with 31 the following: 32 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 33 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 34 both directions, lapping straightedge 3 feet on areas previously checked. Low 35 spots shall not exceed the above dimension anywhere along the straightedge. 36 Flatness shall be checked the next work day after finishing. 37 b. Slabs shall be level within a tolerance of ± 1/4 inch in 10 feet, not to exceed 3/4 38 inches total variation, anywhere on the floor, from elevations indicated on the 39 Drawings. Levelness shall be checked on a 10 foot grid using a level after 40 removal of forms. 41 c. Measurement Standard: All floors are subject to measurement for flatness and 42 levelness, according to ASTM E1155. 43 2. 2 Tiered Measurement Standard 44 a. Each floor test section and the overall floor area shall conform to the 2-tiered 45 measurement standard as specified herein. 46 03 30 00 - 24 CAST-IN-PLACE CONCRETE Page 24 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1) Minimum Local Value: The minimum local FF/FL values represent the ab-1 solute minimum surface profile that will be acceptable for any 1 test sample 2 (line of measurements) anywhere within the test area. 3 2) Specified Overall Value: The specified overall FF/FL values represent the 4 minimum values acceptable for individual floor sections as well as the floor 5 as a whole. 6 3. Floor Test Sections 7 a. A floor test section is defined as the smaller of the following areas: 8 1) The area bounded by column and/or wall lines 9 2) The area bounded by construction and/or control joint lines 10 3) Any combination of column lines and/or control joint lines 11 b. Test sample measurement lines within each test section shall be 12 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 13 spacing to be determined by the City's testing agency. 14 c. The precise layout of each test section shall be determined by the City's testing 15 agency. 16 4. Concrete Floor Finish Tolerance 17 a. The following values apply before removal of shores. Levelness values (FL) do 18 not apply to intentionally sloped or cambered areas, nor to slabs poured on 19 metal deck or precast concrete. 20 1) Slabs 21 Overall Value FF45/FL30 22 Minimum Local Value FF30/FL20 23 5. Floor Elevation Tolerance Envelope 24 a. The acceptable tolerance envelope for absolute elevation of any point on the 25 slab surface, with respect to the elevation shown on the Drawings, is as follows: 26 1) Slab-on-Grade Construction: ± ¾ inch 27 2) Top surfaces of formed slabs measured prior to removal of supporting 28 shores: ± ¾ inch 29 3) Top surfaces of all other slabs: ± ¾ inch 30 4) Slabs specified to slope shall have a tolerance from the specified slope of 31 3/8 inch in 10 feet at any point, up to ¾ inch from theoretical elevation at 32 any point. 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING 36 A. Defective Work 37 1. Imperfect or damaged work or any material damaged or determined to be defective 38 before final completion and acceptance of the entire job shall be satisfactorily re-39 placed at the Contractor's expense, and in conformity with all of the requirements of 40 the Drawings and Specifications. 41 2. Perform removal and replacement of concrete work in such manner as not to impair 42 the appearance or strength of the structure in any way. 43 B. Cleaning 44 03 30 00 - 25 CAST-IN-PLACE CONCRETE Page 25 of 25 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. Upon completion of the work remove from the site all forms, equipment, protective 1 coverings and any rubbish resulting therefrom. 2 2. After sweeping floors, wash floors with clean water. 3 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 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% 11 26 05 00 - 1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 22, 2013 SECTION 26 05 00 1 COMMON WORK RESULTS FOR ELECTRICAL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. All labor, materials and equipment required to install, test and provide an 6 operational, electrical system as specified and as 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 Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Electrical Facilities 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and materials furnished in accordance to this Item 19 shall be paid for at the lump sum price bid for “Electrical Facilities”. 20 c. The price bid shall include: 21 1) Furnishing and installing a complete electrical system 22 2) Wire 23 3) Cable 24 4) Conduit and related hardware 25 5) Supports 26 6) Excavation 27 7) Furnishing, placement and compaction of backfill 28 8) Hauling 29 9) Clean-up 30 2. Furnish and Install Electrical Service 31 a. Measurement 32 1) Measurement for electrical service shall be per each type and size furnished 33 and installed. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid for “Furnish/Install Electrical 37 Service” shall be made at the price bid per each type and size installed. 38 c. The price bid shall include all aspects of completing the installation of electrical 39 service including, but not limited to: 40 1) Conduit 41 26 05 00 - 2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 22, 2013 2) Pole risers 1 3) Meter base 2 4) Breaker box 3 5) Breakers 4 6) Coordination with Electrical Service Provider 5 3. Install Electrical Service 6 a. Measurement 7 1) Measurement for electrical service shall be per each type and size installed. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid for “Install Electrical Service” 11 shall be made at the price bid per each type and size installed. 12 c. The price bid shall include all aspects of completing the installation of electrical 13 service including, but not limited to: 14 1) Conduit 15 2) Pole risers 16 1.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification, unless a date is specifically cited. 21 2. Underwriters Laboratories, Inc. (UL) 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Where references are made to the Related Work paragraph in each Specification 25 Section, referring to other Sections and other Divisions of the Specifications, the 26 Contractor shall provide such information or Work as may be required in those 27 references, and include such information or Work as may be specified. 28 2. Division 26 requirements apply to electrical work provided under any division of 29 the Specifications 30 B. Service and Metering 31 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, 32 Three Wire, 60 Hz from transformer equipment furnished and installed by the 33 power company. 34 2. Power company responsibilities 35 a. Furnishing and installing the primary overhead conductors and pole line 36 b. Furnishing and installing the transformer or riser pole, primary cutouts, 37 lightning arresters and grounding 38 c. Furnishing and installing primary conduits and cables 39 d. Furnishing and installing the transformer pad and grounding (if pad-mounted 40 transformer) 41 e. Furnishing and installing transformer 42 f. Terminating underground primary cables 43 g. Furnishing metering current transformers (CT's), meter and meter wiring 44 h. Terminating secondary cables to the service transformer 45 26 05 00 - 3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 22, 2013 i. Furnishing meter base and enclosure 1 3. Contractor responsibilities 2 a. Furnishing and installing secondary conduits and cables 3 b. Furnishing and installing power company approved metering current 4 transformer enclosure (if required by power company) 5 c. Installing meter base 6 d. Furnishing and installing an empty conduit with pull line from the metering 7 current transformer enclosure to the meter enclosure. Conduit size and type 8 approved by the power company 9 e. Coordinating electrical service installation with power company 10 4. City responsibilities 11 a. Negotiating with power company for the costs of new or revised services 12 b. Making payment directly to power company for such costs 13 C. Codes, Inspections and Fees 14 1. Obtain all necessary permits and pay all fees required for permits and inspections. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Materials and Equipment 21 1. New, except where specifically identified on the Drawings to be reused. 22 2. UL listed, where such listing exists. 23 3. Electrical service 24 a. Service type shall be as shown on the Drawings. 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 A. Manufacturer Warranty 29 1. Manufacturer’s warranties are specified in each of the Specification Sections. 30 PART 2 - PRODUCTS [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION 34 A. Interpretation of Drawings 35 26 05 00 - 4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 22, 2013 1. Coordinate the conduit installation with other trades and the actual supplied 1 equipment. 2 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 3 raceway installation. 4 3. Verify exact locations and mounting heights of lighting fixtures, switches and 5 receptacles prior to installation. 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Phase Balancing 9 1. Connect circuits on motor control centers and panelboards to result in evenly 10 balanced loads across all phases. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP 15 A. Tests and Settings 16 1. Test systems and equipment furnished under Division 26. 17 2. Repair or replace all defective work. 18 3. Make adjustments to the systems as specified and/or required. 19 4. Prior to energizing electrical equipment, make all tests required by the individual 20 Specification sections. 21 a. Submit a sample test form or procedure. 22 b. Submit the required test reports and data within 30 days after the test. 23 c. Include names of all test personnel. 24 d. Initial each test. 25 5. Check wire and cable terminations for tightness. 26 6. Verify all terminations at transformers, equipment, capacitor connections, panels, 27 and enclosures by producing a 1 2 3 rotation on a phase sequence motor when 28 connected to A, B, and C phases. 29 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, 30 motor starters, and control equipment. 31 8. Check interlocking, control and instrument wiring for each system and/or part of a 32 system to prove that the system will function properly as indicated by schematic 33 and wiring diagrams. 34 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 35 10. Provide qualified test personnel, instruments and test equipment. 36 11. Refer to the individual equipment Sections for additional specific testing 37 requirements. 38 26 05 00 - 5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 22, 2013 3.9 ADJUSTING [NOT USED] 1 3.10 CLEANING [NOT USED] 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added installation only pay item for electrical services 9 26 05 43 - 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 SECTION 26 05 43 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnish and install a complete underground system of raceways, manholes and 6 handholes 7 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways 8 and Boxes for Electrical Systems 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 03 30 00 – Cast-in-Place Concrete 15 4. Section 26 05 33 – Raceways and Boxes for Electrical Systems 16 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Measurement 20 a. This Item is considered subsidiary to the Electrical Facilities being installed. 21 2. Payment 22 a. The work performed and the materials furnished in accordance with this Item 23 are subsidiary to the electrical facilities specified on the Drawings and shall be 24 subsidiary to the lump sum price bid for Electrical Facilities, and no other 25 compensation will be allowed. 26 1.3 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. American Association of State Highway and Transportation Officials (AASHTO) 32 a. M306 – Standard Specification for Drainage Structure Castings. 33 3. Underwriters Laboratories, Inc. (UL). 34 26 05 43 - 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Product Data 4 1. Plastic duct spacers 5 B. Shop Drawings 6 1. Manholes, handholes and associated hardware 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE 10 A. Qualifications 11 1. Manufacturers 12 a. Precast manholes: Manufactured in a NPCA (National Precast Concrete 13 Association) Certified Plant 14 1.10 DELIVERY, STORAGE, AND HANDLING 15 A. Storage and Handling Requirements 16 1. Handle and store material in accordance with manufacturer's instructions. 17 2. Store materials completely covered; do not expose materials to sunlight. 18 3. Materials showing signs of previous or jobsite exposure will be rejected. 19 1.11 FIELD [SITE] CONDITIONS 20 1.12 WARRANTY 21 A. No separate warranty for this equipment 22 PART 2 - PRODUCTS 23 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 24 2.2 MATERIALS 25 A. Manufacturers 26 1. Manufacturer List 27 a. Refer to Section 01 60 00. 28 B. Conduit 29 1. PVC Schedule 40 or HDPE 30 2. Refer to Section 26 05 33 31 3. Terminators: Same size and type as the raceway 32 C. Concrete cap for raceways and duct banks 33 1. Refer to Section 03 30 00. 34 26 05 43 - 3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 2. Red dye 1 a. 40 pounds per 10 cubic yards of concrete 2 D. Manholes and Handholes 3 1. Precast concrete 4 2. Designed for a AASHTO Class H20 load. 5 3. Sizes shown on Drawings 6 4. Manhole tops 7 a. Field removable 8 b. Stainless steel lifting eyes 9 5. Duct bank entries into the manhole or handhole 10 a. Centered on the entering wall 11 b. Contain the number and size of duct terminators to match the corresponding 12 duct bank 13 6. Concrete sump 14 a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep 15 b. Located in the middle of the floor of the manhole or handhole, or as shown on 16 the Drawings 17 E. Manhole Covers 18 1. Heavy duty 19 2. 36 inch diameter 20 3. Machined gray iron 21 4. AASHTO M306 CL35B minimum 22 5. 40,000-pound proof load value (AASHTO Class H20 X 2.5) 23 6. Including frame 24 7. “Electric” or “Communication” raised lettering recessed flush on the cover 25 8. Drop handles 26 F. Castings 27 1. Made In the USA 28 2. Cast with the foundry’s name and production date (example: mm/dd/yy) 29 3. True to pattern in form and dimension 30 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in 31 positions affecting strength and value 32 5. Angles: Filleted 33 6. Arises: Sharp and true 34 G. Hardware 35 1. Cable racks 36 a. Heavy duty 37 b. Non-metallic 38 c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not 39 less than 250 pounds at the outer end 40 d. Molded in 1 piece of U.L. listed glass reinforced nylon 41 e. Secured to the manhole and walls using drilled epoxy anchoring system, with 42 316 stainless steel bolts 43 26 05 43 - 4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 f. Arms vertically spaced not greater than 24 inches on center 1 2. Pulling irons 2 a. Copolymer polypropylene coated 1/2 inch diameter cable 3 b. Rated pulling strength: 7500 lbs 4 c. Polyethylene pulling iron pocket 5 d. Manholes: Recessed in wall opposite each duct entry 6 e. Handholes: Located near center of handhole floor 7 3. Ladders 8 a. Fiberglass reinforced plastic 9 b. Safety yellow 10 c. 18 inch rung width 11 d. 12 inch rung spacing 12 e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the 13 underground system 14 H. Polyethylene Warning Tape 15 1. Red polyethylene film 16 2. 2 inches minimum width 17 3. Embedded metallic wire for location tracing 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION 23 A. Verification of Conditions 24 1. Field verify the routing of all underground duct banks before placement 25 2. Modify the routing to avoid underground utilities or above ground objects 26 3. Provide any alternate routing of the duct banks to the City for approval before 27 installation 28 3.3 TRENCH EXCAVATION 29 A. Provide suitable room for installing manholes, handholes, ducts and appurtenances 30 B. Furnish and place all sheeting, bracing and supports. 31 C. Excavate material of every description and of whatever substance encountered. 32 D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before 33 excavating 34 E. Refer to Section 33 05 10. 35 3.4 INSTALLATION 36 A. Trench Excavation 37 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. 38 26 05 43 - 5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 2. Furnish and place all sheeting, bracing and supports. 1 3. Excavate material of every description and of whatever substance encountered in 2 conformance with Section 33 05 10. 3 4. Pavement 4 a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 5 5. Trenching and Compaction shall be in accordance with Section 33 05 10. 6 B. Special Techniques 7 1. Changes of direction 8 a. Less than 20 degrees 9 1) Use hotbox, strictly in conformance with the conduit manufacturer’s 10 instructions 11 b. Greater than 20 degrees 12 1) Use long radius bends 13 2. Minimum raceway size between manholes or handholes shall be 2 inches 14 C. Slopes 15 1. Install raceways to drain away from buildings. 16 2. Install raceways between manholes or handholes to drain toward the manholes or 17 handholes. 18 3. Slopes 19 a. At least 3 inches per 100 feet 20 D. Lay raceway lines in trenches on sand bedding. 21 E. Plastic spacers 22 1. Not more than 4 feet apart 23 2. Provide not less than 2 inch clearance between raceways. 24 F. Raceway banks cover: 24 inches 25 G. Raceway terminations at manholes: Terminator for PVC conduit 26 H. Blank duct plugs 27 1. Use to seal the ends of all unused ducts in the duct system 28 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the 29 underground system 30 I. Raceways entering or exiting the underground system, rising to higher elevation 31 1. Seal at higher elevation before and after the installation of cables 32 2. No entry of water or moisture to the Underground System at any time 33 J. Complete duct system before pulling any wire. 34 K. Swab all raceways clean before installing cable. 35 L. Cables in manholes and handholes 36 1. Train, support and restrain on cable racks. 37 2. Route cables passing duct entrances above all duct entrances. 38 3. Do not route cable in front of or below duct bank entrances. 39 4. Install polyethylene warning tape trench above each raceway or duct bank. 40 26 05 43 - 6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 M. Tag all underground conduits at all locations exiting and entering from underground, 1 including manholes and handholes 2 3.5 REPAIR / RESTORATION 3 A. Remove and replace sub grade soils which become soft, loose or otherwise 4 unsatisfactory as a result of inadequate excavation, dewatering or other trenching 5 methods, using gravel fill. 6 B. Existing pavement 7 1. Saw cut and repair existing pavements above new and modified existing duct 8 banks. 9 2. Cut along straight lines. 10 3. Replace pavement with the same type and quality of the existing paving. 11 C. Grassy areas 12 1. Remove and replace sod, or 13 2. Loam and reseed surface 14 3.6 RE-INSTALLATION 15 A. Backfilling 16 1. Remove materials unsuitable for backfilling. 17 2. Trench fill 18 a. Common fill material 19 b. Void of rock or other non-porous material 20 c. Layers not to exceed 8-inches in loose measure 21 d. Compact to 90 percent standard Proctor density at optimum moisture content of 22 ± 4 percent 23 e. Mounded 6-inches above existing grade 24 3. Existing grass, loam or gravel surface 25 a. Remove surface material 26 b. Conserve 27 c. Replace to the full original depth 28 4. Paved areas or designated future paved areas 29 a. Backfill with select fill material 30 b. Layers not to exceed 8-inches loose measure 31 c. Compact to 95 percent standard Proctor density at optimum moisture content of 32 ± 3 percent 33 5. Compaction 34 a. Hand or pneumatic tamping with tools weighing at least 20 pounds 35 b. Place material being spread and compacted in layers not over 8-in loose thick. 36 c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required 37 compaction 38 6. Do not place bituminous paving in backfill. 39 7. Do not use water jetting as a means of consolidating or compacting backfill. 40 8. Road surfaces 41 a. Broom and hose-clean immediately after backfilling 42 b. Employ dust control measures at all times. 43 26 05 43 - 7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 3.7 CLEANING 1 A. Remove all rubbish and debris from inside and around the underground system. 2 B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, 3 handholes and structures, using brushes, vacuum cleaner or clean, lint free rags. 4 C. Do not use compressed air. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 31 25 00 - 1 EROSION AND SEDIMENT CONTROL Page 1 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 31 25 00 1 EROSION AND SEDIMENT CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Implementation of the project’s Storm Water Pollution Prevention Plan (SWPPP) 6 and installation, maintenance and removal of erosion and sediment control devices 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Storm Water Pollution Prevention Plan <1 acre 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the structure or Items being bid and no other 20 compensation will be allowed. 21 2. Storm Water Pollution Prevention Plan ≥ 1 acre 22 a. Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for “SWPPP ≥ 1 acre”. 26 c. The price bid shall include: 27 1) Preparation of SWPPP 28 2) Implementation 29 3) Permitting fees 30 4) Installation 31 5) Maintenance 32 6) Removal 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference 36 standard published at the time of the latest revision date logged at the end of this 37 Specification, unless a date is specifically cited. 38 2. ASTM Standard: 39 31 25 00 - 2 EROSION AND SEDIMENT CONTROL Page 2 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 1 Fabrics—Diaphragm Bursting Strength Tester Method 2 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 3 of Geotextiles 4 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 5 of a Geotextile 6 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 7 Geomembranes and Related Products 8 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 9 TXR150000 10 4. TxDOT Departmental Material Specifications (DMS) 11 a. DMS-6230 “Temporary Sediment Control Fence Fabric” 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 SUBMITTALS 14 A. Storm Water Pollution Prevention Plan (SWPPP) 15 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 16 Construction Activity under the TPDES General Permit 17 C. Construction Site Notice 18 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 19 Construction Activity under the TPDES General Permit 20 E. Notice of Change (if applicable) 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 30 2.2 PRODUCT TYPES AND MATERIALS 31 A. Rock Filter Dams 32 1. Aggregate 33 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 34 crumbling, flaking and eroding acceptable to the Engineer. 35 b. Provide the following: 36 1) Types 1, 2 and 4 Rock Filter Dams 37 31 25 00 - 3 EROSION AND SEDIMENT CONTROL Page 3 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a) Use 3 to 6 inch aggregate. 1 2) Type 3 Rock Filter Dams 2 a) Use 4 to 8 inch aggregate. 3 2. Wire 4 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 5 wires for Types 2 and 3 rock filter dams 6 b. Type 4 dams require: 7 1) Double-twisted, hexagonal weave with a nominal mesh opening of 2½ 8 inches x 3 ¼ inches 9 2) Minimum 0.0866 inch steel wire for netting 10 3) Minimum 0.1063 inch steel wire for selvages and corners 11 4) Minimum 0.0866 inch for binding or tie wire 12 B. Geotextile Fabric 13 1. Place the aggregate over geotextile fabric meeting the following criteria: 14 a. Tensile Strength of 250 pounds, per ASTM D4632 15 b. Puncture Strength of 135 pounds, per ASTM D4833 16 c. Mullen Burst Rate of 420 psi, per ASTM D3786 17 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 18 C. Sandbag Material 19 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 20 be used to fill the sandbags. 21 D. Stabilized Construction Entrances 22 1. Provide materials that meet the details shown on the Drawings and this Section. 23 a. Provide crushed aggregate for long and short-term construction exits. 24 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 25 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 26 and injurious matter. 27 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 28 d. The aggregate shall be placed over a geotextile fabric meeting the following 29 criteria: 30 1) Tensile Strength of 300 pounds, per ASTM D4632 31 2) Puncture Strength of 120 pounds, per ASTM D4833 32 3) Mullen Burst Rate of 600 psi, per ASTM D3786 33 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 34 E. Embankment for Erosion Control 35 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 36 embankment to meet the intended use. 37 F. Sandbags 38 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 39 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst-40 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 41 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 42 1 to fill sandbags. 43 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 44 inches thick. 45 Table 1 46 31 25 00 - 4 EROSION AND SEDIMENT CONTROL Page 4 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 Sand Gradation 1 Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 2 1. Provide a net-reinforced fence using woven geo-textile fabric. 3 2. Logos visible to the traveling public will not be allowed. 4 a. Fabric 5 1) Provide fabric materials in accordance with DMS-6230, “Temporary 6 Sediment Control Fence Fabric.” 7 b. Posts 8 1) Provide essentially straight wood or steel posts with a minimum length of 9 48 inches, unless otherwise shown on the Drawings. 10 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 11 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 12 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 13 foot. 14 c. Net Reinforcement 15 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 16 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 17 unless otherwise shown on the Drawings. 18 d. Staples 19 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 EXAMINATION [NOT USED] 25 3.3 PREPARATION [NOT USED] 26 3.4 INSTALLATION 27 A. Storm Water Pollution Prevention Plan 28 1. Develop and implement the project’s Storm Water Pollution Prevention Plan 29 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 30 requirements. Prevent water pollution from storm water runoff by using and 31 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 32 discharges to the MS4 from the construction site. 33 B. Control Measures 34 1. Implement control measures in the area to be disturbed before beginning 35 construction, or as directed. Limit the disturbance to the area shown on the 36 Drawings or as directed. 37 31 25 00 - 5 EROSION AND SEDIMENT CONTROL Page 5 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Control site waste such as discarded building materials, concrete truck washout 1 water, chemicals, litter and sanitary waste at the construction site. 2 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 3 sedimentation resulting from construction operations, the Engineer will limit the 4 disturbed area to that which the Contractor is able to control. Minimize disturbance 5 to vegetation. 6 4. Immediately correct ineffective control measures. Implement additional controls as 7 directed. Remove excavated material within the time requirements specified in the 8 applicable storm water permit. 9 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 10 temporary control measures, temporary embankments, bridges, matting, falsework, 11 piling, debris, or other obstructions placed during construction that are not a part of 12 the finished work, or as directed. 13 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 14 streambed. 15 D. Do not install temporary construction crossings in or across any water body without the 16 prior approval of the appropriate resource agency and the Engineer. 17 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 18 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 19 provide shelter for stored chemicals. 20 F. Installation and Maintenance 21 1. Perform work in accordance with the TPDES Construction General Permit 22 TXR150000. 23 2. When approved, sediments may be disposed of within embankments, or in areas 24 where the material will not contribute to further siltation. 25 3. Dispose of removed material in accordance with federal, state, and local 26 regulations. 27 4. Remove devices upon approval or when directed. 28 a. Upon removal, finish-grade and dress the area. 29 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 30 Drawings or directed. 31 5. The Contractor retains ownership of stockpiled material and must remove it from 32 the project when new installations or replacements are no longer required. 33 G. Rock Filter Dams for Erosion Control 34 1. Remove trees, brush, stumps and other objectionable material that may interfere 35 with the construction of rock filter dams. 36 2. Place sandbags as a foundation when required or at the Contractor’s option. 37 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 38 specified, without undue voids. 39 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 40 upstream side over the aggregate and secure it to itself on the downstream side with 41 wire ties, or hog rings, or as directed. 42 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 43 otherwise directed. 44 31 25 00 - 6 EROSION AND SEDIMENT CONTROL Page 6 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 6. Construct filter dams according to the following criteria, unless otherwise shown on 1 the Drawings: 2 a. Type 1 (Non-reinforced) 3 1) Height - At least 18 inches measured vertically from existing ground to top 4 of filter dam 5 2) Top Width - At least 2 feet 6 3) Slopes - At most 2:1 7 b. Type 2 (Reinforced) 8 1) Height - At least 18 inches measured vertically from existing ground to top 9 of filter dam 10 2) Top Width - At least 2 feet 11 3) Slopes - At most 2:1 12 c. Type 3 (Reinforced) 13 1) Height - At least 36 inches measured vertically from existing ground to top 14 of filter dam 15 2) Top Width - At least 2 feet 16 3) Slopes - At most 2:1 17 d. Type 4 (Sack Gabions) 18 1) Unfold sack gabions and smooth out kinks and bends. 19 2) For vertical filling, connect the sides by lacing in a single loop–double loop 20 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 21 tight, wrap around the end, and twist 4 times. At the filling end, fill with 22 stone, pull the rod tight, cut the wire with approximately 6 inches 23 remaining, and twist wires 4 times. 24 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 25 connect sides and secure ends as described above. 26 4) Lift and place without damaging the gabion. 27 5) Shape sack gabions to existing contours. 28 e. Type 5 29 1) Provide rock filter dams as shown on the Drawings. 30 H. Construction Entrances 31 1. When tracking conditions exist, prevent traffic from crossing or exiting the 32 construction site or moving directly onto a public roadway, alley, sidewalk, parking 33 area, or other right of way areas other than at the location of construction entrances. 34 2. Place the exit over a foundation course, if necessary. 35 a. Grade the foundation course or compacted subgrade to direct runoff from the 36 construction exits to a sediment trap as shown on the Drawings or as directed. 37 3. At drive approaches, make sure the construction entrance is the full width of the 38 drive and meets the length shown on the Drawings. 39 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 40 other points of ingress or egress or as directed by the Engineer. 41 I. Earthwork for Erosion Control 42 1. Perform excavation and embankment operations to minimize erosion and to remove 43 collected sediments from other erosion control devices. 44 a. Excavation and Embankment for Erosion Control Measures 45 1) Place earth dikes, swales or combinations of both along the low crown of 46 daily lift placement, or as directed, to prevent runoff spillover. 47 31 25 00 - 7 EROSION AND SEDIMENT CONTROL Page 7 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2) Place swales and dikes at other locations as shown on the Drawings or as 1 directed to prevent runoff spillover or to divert runoff. 2 3) Construct cuts with the low end blocked with undisturbed earth to prevent 3 erosion of hillsides. 4 4) Construct sediment traps at drainage structures in conjunction with other 5 erosion control measures as shown on the Drawings or as directed. 6 5) Where required, create a sediment basin providing 3,600 cubic feet of 7 storage per acre drained, or equivalent control measures for drainage 8 locations that serve an area with 10 or more disturbed acres at 1 time, not 9 including offsite areas. 10 b. Excavation of Sediment and Debris 11 1) Remove sediment and debris when accumulation affects the performance of 12 the devices, after a rain, and when directed. 13 J. Sandbags for Erosion Control 14 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 15 runoff from disturbed areas, create a retention pond, detain sediment and release 16 water in sheet flow. 17 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 18 allow for proper tying of the open end. 19 3. Place the sandbags with their tied ends in the same direction. 20 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 21 5. Place a single layer of sandbags downstream as a secondary debris trap. 22 6. Place additional sandbags as necessary or as directed for supplementary support to 23 berms or dams of sandbags or earth. 24 K. Temporary Sediment-Control Fence 25 1. Provide temporary sediment-control fence near the downstream perimeter of a 26 disturbed area to intercept sediment from sheet flow. 27 2. Incorporate the fence into erosion-control measures used to control sediment in 28 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 29 Section, or as directed. 30 a. Post Installation 31 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 32 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 33 b. Fabric Anchoring 34 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 35 fabric. 36 2) Provide a minimum trench cross-section of 6 x 6 inches 37 3) Place the fabric against the side of the trench and align approximately 2 38 inches of fabric along the bottom in the upstream direction. 39 4) Backfill the trench, then hand-tamp. 40 c. Fabric and Net Reinforcement Attachment 41 1) Unless otherwise shown under the Drawings, attach the reinforcement to 42 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 43 equally spaced. 44 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 45 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 46 every 15 inches or less. 47 31 25 00 - 8 EROSION AND SEDIMENT CONTROL Page 8 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 d. Fabric and Net Splices 1 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 2 least 6 places equally spaced, unless otherwise shown under the Drawings. 3 a) Do not locate splices in concentrated flow areas. 4 2) Requirements for installation of used temporary sediment-control fence 5 include the following: 6 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 7 b) Fabric without excessive patching (more than 1 patch every 15 to 20 8 feet) 9 c) Posts without bends 10 d) Backing without holes 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING 17 A. Waste Management 18 1. Remove sediment, debris and litter as needed. 19 3.11 CLOSEOUT ACTIVITIES 20 A. Erosion control measures remain in place and are maintained until all soil disturbing 21 activities at the project site have been completed. 22 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 23 on areas not covered by permanent structures, or in areas where permanent erosion 24 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. Install and maintain the integrity of temporary erosion and sedimentation control 28 devices to accumulate silt and debris until earthwork construction and permanent 29 erosion control features are in place or the disturbed area has been adequately stabilized 30 as determined by the Engineer. 31 B. If a device ceases to function as intended, repair or replace the device or portions 32 thereof as necessary. 33 C. Perform inspections of the construction site as prescribed in the Construction General 34 Permit TXR150000. 35 D. Records of inspections and modifications based on the results of inspections must be 36 maintained and available in accordance with the permit. 37 31 25 00 - 9 EROSION AND SEDIMENT CONTROL Page 9 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3.14 ATTACHMENTS [NOT USED] 1 END OF SECTION 2 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 31 37 00 - 1 RIPRAP Page 1 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 31 37 00 1 RIPRAP 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnishing and installing concrete, stone, cement-stabilized, or special riprap. 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 3. Section 03 30 00 – Cast-In-Place Concrete 12 4. Section 31 25 00 – Erosion and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item shall be by the face square yard to the depth 17 specified of material complete in place. Volume will be computed on the basis 18 of the measured area and type, verified by field measurements. 19 2. Payment 20 a. The work performed and materials furnished in accordance with this Item and 21 measured as provided under “Measurement” will be paid for at the unit price 22 bid per square yard of “Riprap” installed for: 23 1) Various types 24 2) Various thicknesses 25 3) Various void-filling techniques 26 3. The price bid shall include: 27 a. Furnishing, hauling, and placing riprap 28 b. Filter fabric 29 c. Expansion joint material 30 d. Concrete and reinforcing steel 31 e. Excavation of toe wall trenches, as applicable 32 f. Excavation below natural ground or bottom of excavated channel, as applicable 33 g. Shaping of slopes, as applicable 34 h. Bedding 35 i. Grout and mortar 36 j. Scales 37 k. Test weights 38 l. Clean-up 39 1.3 REFERENCES 40 A. Reference Standards 41 31 37 00 - 2 RIPRAP Page 2 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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. ASTM Standards 4 a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 5 Aggregates 6 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 7 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 8 Vacuum Saturation and Rapid Submersion 9 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate 10 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 11 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 12 Elongation of Geotextiles 13 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 14 Geotextiles 15 f. ASTM D751-06, Standard Test Methods for Coated Fabrics 16 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 17 Size of a Geotextile 18 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 19 Geotextiles by Permittivity 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Concrete Riprap 33 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 34 Section 03 30 00, unless otherwise shown on the Drawings. 35 B. Stone Riprap 36 1. Unless otherwise shown on the Drawings, use durable natural stone with a 37 minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss 38 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 39 cycles of sodium sulfate solution. 40 31 37 00 - 3 RIPRAP Page 3 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. For all types of stone riprap perform a size verification test on the first 5,000 square 1 yards of finished riprap stone at a location determined by the Engineer. Weigh each 2 stone in a square test area with the length of each side of the square equal to 3 times 3 the specified riprap thickness. The weight of the stones, excluding spalls, should be 4 as specified below. Additional tests may be required. Do not place additional riprap 5 until the initial 5,000 square yards of riprap has been approved. 6 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 7 parts sand and mixed with water until it achieves a consistency that will flow into 8 and completely fill all voids. 9 4. Provide filter fabric in accordance with Section 31 25 00. For slab riprap, provide 10 the filter fabric type shown on the Drawings 11 a. Large 12 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of 13 the stones heavier than 100 pounds 14 b. Medium 15 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of 16 the stones heavier than 100 pounds Use stones with at least 1 broad flat 17 surface. 18 c. Block 19 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches 20 in their least dimension. Use stones that are at least twice as wide as they 21 are thick. When shown on the Drawings or approved, material may consist 22 of broken concrete removed under the Contract or from other approved 23 sources. Before placement of each piece of broken concrete, cut exposed 24 reinforcement flush with all surfaces. 25 d. Slab 26 1) Use boulders or quarried rock that meets the gradation requirements of 27 Table 1. Both the width and the thickness of each piece of riprap must be a 28 least 1/3 of the length. When shown on the Drawings or as approved, 29 material may consist of broken concrete removed under the Contract or 30 from other approved sources. Before placement of each piece of broken 31 concrete, cut exposed reinforcement flush with all surfaces. 32 2) Provide bedding stone that in-place meets the gradation requirements 33 shown in Table 2 or as otherwise shown on the Drawings. 34 Table 1 35 Riprap Gradation Requirements 36 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 37 38 31 37 00 - 4 RIPRAP Page 4 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 Table 2 1 Bedding Stone Gradation 2 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 3 1. Furnish materials for special riprap according to the Drawings. 4 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 5 2.4 ACCESSORIES [NOT USED] 6 2.5 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. Dress slopes and protected areas to the line and grade shown on the Drawings before 13 the placement of riprap. Place riprap and toe walls according to details and dimensions 14 shown on the Drawings or as directed by the Engineer. 15 B. Concrete Riprap 16 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 17 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at 18 all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch 19 and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from 20 the edge of concrete. Use approved supports to hold the reinforcement 21 approximately equidistant from the top and bottom surface of the slab. Adjust 22 reinforcement during concrete placement to maintain correct position. 23 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is 24 placed. All surfaces must be moist when concrete is placed. 25 3. Compact each layer to a minimum of 95 percent standard proctor density with a 26 moisture content not to exceed +4 percent or -2 percent of optimum moisture or as 27 indicated on the Drawings. 28 4. After placing the concrete, compact and shape it to conform to the dimensions 29 shown on Drawings. After it has set sufficiently to avoid slumping, finish the 30 surface with a wood float to secure a smooth surface or broom finish as approved. 31 5. Immediately after the finishing operation, cure the riprap according to Section 03 32 30 00. 33 31 37 00 - 5 RIPRAP Page 5 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 C. Stone Riprap 1 1. Provide the following types of stone riprap when shown on the Drawings. 2 a. Dry Riprap 3 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. 4 b. Grouted Riprap 5 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids 6 grouted after all the stones are in place. 7 c. Mortared Riprap 8 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is 9 placed. 10 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in 11 stone riprap, and place to a tight fit. 12 3. Do not place mortar or grout when the air temperature is below 35 degrees 13 Fahrenheit. 14 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise 15 approved, place filter fabric with the length running up and down the slope. Ensure 16 fabric has a minimum overlap of 2 feet. 17 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U-18 shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 19 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing 20 may be used when approved. 21 6. Large 22 a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place 23 stones in a single layer with close joints so that most of their weight is carried 24 by the earth and not by the adjacent stones. 25 b. Place the upright axis of the stones at an angle of approximately 90 degrees to 26 the embankment slope. 27 c. Place each course from the bottom of the embankment upward with the larger 28 stones in the lower courses. 29 d. Fill open joints between stones with spalls. 30 e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch 31 variation between the tops of adjacent stones. Replace, embed deeper, or chip 32 away stones that project more than the allowable amount above the finished 33 surface. 34 f. When the Drawings require Large stone riprap to be grouted, prevent earth, 35 sand, or foreign material from filling the spaces between the stones. After the 36 stones are in place, thoroughly wet the stones, fill the spaces between the stones 37 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 38 grouting. 39 7. Medium 40 a. Dry Placement 41 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared 42 horizontal earth bed, and overlap the underlying course to secure a lapped 43 surface. 44 2) Place the large stones first, roughly arranged in close contact. Fill the 45 spaces between the large stones with suitably sized stones placed to leave 46 the surface evenly stepped and conforming to the contour required. 47 3) Place stone to drain water down the face of the slope. 48 31 37 00 - 6 RIPRAP Page 6 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b. Grouting 1 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat-2 surfaced stones to produce an even surface with minimal voids. 3 2) Place stones with the flat surface facing upward parallel to the slope. Place 4 the largest stones near the base of the slope. 5 3) Fill spaces between the larger stones with stones of suitable size, leaving 6 the surface smooth, tight, and conforming to the contour required. 7 4) Place the stones to create a plane surface with a maximum variation of 6 8 inches in 10 feet from true plane. Provide the same degree of accuracy for 9 warped and curved surfaces. 10 5) Prevent earth, sand or foreign material from filling the spaces between the 11 stones. After the stones are in place, thoroughly wet them, fill the spaces 12 between them with grout, and pack. Sweep the surface with a stiff broom 13 after grouting. 14 c. Mortaring 15 1) Construct riprap as shown in Figure 2. Lap courses as described for dry 16 placement. Before placing mortar, wet the stones thoroughly. 17 2) As the larger stones are placed, bed them in fresh mortar and shove 18 adjacent stones into contact with one another. 19 3) After completing the work, spread all excess mortar forced out during 20 placement of the stones uniformly over them to fill all voids completely. 21 Point up all joints roughly either with flush joints or with shallow, smooth-22 raked joints as directed. 23 D. Block 24 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 25 course. Bed the base course of stone well into the ground with the edges in contact. 26 Bed and place each succeeding course in even contact with the preceding course. 27 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure 28 the finished surface presents an even, tight surface, true to the line and grades of the 29 typical sections. 30 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 31 foreign material from filling the spaces between the stones. After the stones are in 32 place, wet them thoroughly, fill the spaces between them with grout, and pack. 33 Sweep the surface with a stiff broom after grouting. 34 E. Slab 35 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 36 limits shown on the Drawings. Place stone for riprap on the bedding material to 37 produce a reasonably well-graded mass of riprap with the minimum practicable 38 percentage of voids. 39 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 40 field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on 41 the Drawings is allowed in the finished surface of the riprap. 42 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 43 material. Ensure that the entire mass of stones in their final position is free from 44 objectionable pockets of small stones and clusters of larger stones. 45 31 37 00 - 7 RIPRAP Page 7 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 4. Do not place riprap in layers, and do not place it by dumping it into chutes, 1 dumping it from the top of the slope, pushing it from the top of the slope, or any 2 method likely to cause segregation of the various sizes. 3 5. Obtain the desired distribution of the various sizes of stones throughout the mass by 4 selective loading of material at the quarry or other source or by other methods of 5 placement that will produce the specified results. 6 6. Rearrange individual stones by mechanical equipment or by hand if necessary to 7 obtain a reasonably well-graded distribution of stone sizes. 8 F. Special Riprap 9 1. Construct special riprap according to the Drawings. 10 3.5 REPAIR [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS 20 21 22 23 24 25 26 27 28 29 30 31 32 Figure 1 - Large stone riprap, dry or grouted. 33 34 31 37 00 - 8 RIPRAP Page 8 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 Figure 2 - Medium stone riprap, dry or grouted. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Figure 3 - Medium stone riprap, mortared. 27 28 29 30 31 37 00 - 9 RIPRAP Page 9 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1 Figure 4 – Block stone riprap, dry or grouted. 2 3 4 Figure 5 – Slab stone riprap 5 6 END OF SECTION 7 31 37 00 - 10 RIPRAP Page 10 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. – defined compaction requirements beneath concrete rip rap 2 32 11 29 - 1 LIME TREATED BASE COURSES Page 1 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 32 11 29 1 LIME TREATED BASE COURSES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, 6 mixing and compacting the mix material to the required density. 7 2. Item applies to the natural ground, embankment, existing pavement; base or 8 subbase courses placed and shall conform to the typical section, lines and grades 9 shown on the Drawings. 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 31 23 23 - Borrow 16 4. Section 32 11 23 - Flexible Base Courses 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Hydrated Lime 20 a. Measurement 21 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated 22 Lime used to prepare slurry at the job site. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under “Measurement” will be paid for at the unit 26 price bid per ton of Hydrated Lime. 27 c. The price bid shall include: 28 1) Furnishing the material 29 2) All freight involved 30 3) All unloading, storing, and handling 31 2. Commercial Lime Slurry 32 a. Measurement 33 1) Measurement for this Item shall be by the ton (dry weight) as calculated 34 from the minimum percent dry solids content of the slurry multiplied by the 35 weight of the slurry in tons delivered. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under “Measurement” will be paid for at the unit 39 price bid per ton of Commercial Lime Slurry. 40 c. The price bid shall include: 41 1) Furnishing the material 42 32 11 29 - 2 LIME TREATED BASE COURSES Page 2 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2) All freight involved 1 3) All unloading, storing, and handling 2 3. Quicklime 3 a. Measurement 4 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. 5 Measurement for Quicklime in slurry form shall be measured by the ton 6 (dry weight) of the Quicklime used to prepare the slurry. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under “Measurement” will be paid for at the unit 10 price bid per ton of Quicklime. 11 c. The price bid shall include: 12 1) Furnishing the material 13 2) All freight involved 14 3) All unloading, storing, and handling 15 4. Lime Treatment 16 a. Measurement 17 1) Measurement for this Item shall be by the square yard of surface area as 18 established by the widths shown on the Drawings and the lengths measured 19 at placement. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under “Measurement” will be paid for at the unit 23 price bid per square yard of Lime Treatment applied for: 24 a) Various depths 25 c. The price bid shall include: 26 1) Preparing the roadbed 27 2) Loosening, pulverizing application of lime, water content in the slurry 28 mixture and the mixing water 29 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 30 4) Performing all manipulations required 31 1.3 REFERENCES 32 A. Definitions 33 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 34 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water 35 delivered to a project in slurry form. 36 3. Quicklime: dry material consisting of calcium oxide furnished in either of two 37 grades: 38 a. Grade DS – grade of “pebble” quicklime suitable for use in the preparation of 39 slurry for wet placing. 40 b. Grade S – finely graded quicklime for use only in the preparation of slurry for 41 wet placing. 42 B. Reference Standards 43 1. Reference standards cited in this specification refer to the current reference standard 44 published at the time of the latest revision date logged at the end of this 45 specification, unless a date is specifically cited. 46 2. ASTM International (ASTM): 47 32 11 29 - 3 LIME TREATED BASE COURSES Page 3 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 1 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 2 b. D6938, Standard Test Method for In-Place Density and Water Content of Soil 3 and Soil-Aggregate by Nuclear Methods (Shallow Depth) 4 3. Texas Department of Transportation (TXDOT): 5 a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing 6 b. Tex-140-E, Measuring Thickness of Pavement Layer 7 c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and 8 Commercial Lime Slurry 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 ACTION SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY AND STORAGE 16 A. Truck Delivered Lime 17 1. Each truck ticket shall bear the weight of lime measured on certified scales. 18 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 19 delivery of lime to the site. 20 1.11 SITE CONDITIONS 21 A. Start lime application only when the air temperature is at least 35°F and rising or is at 22 least 40°F. Measure temperature in the shade and away from artificial heat. 23 B. Suspend application when the City determines that weather conditions are unsuitable. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. General 29 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 30 the Drawings and specifications. 31 2. Notify the City of the proposed material sources and of changes to material sources. 32 3. Obtain verification from the City that the specification requirements are met before 33 using the sources. 34 4. The City may sample and test project materials at any time before compaction. 35 B. Lime 36 1. Hydrated Lime 37 a. pumpable suspension of solids in water 38 32 11 29 - 4 LIME TREATED BASE COURSES Page 4 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b. solids portion of the mixture when considered as a basis of “solids content,” 1 shall consist of principally hydrated lime of a quality and fineness sufficient to 2 meet the chemical and physical requirements. 3 2. Dry Lime: Do not use unless approved by City. 4 3. Quicklime 5 a. Use quicklime only when specified by the City. 6 b. dry material consisting of essentially calcium oxide. 7 c. Furnished in either of two grades: 8 1) Grade DS 9 2) Grade S 10 4. Furnish lime that meets the following requirements 11 a. Chemical Requirements 12 Table 2 13 Lime Chemical Requirements 14 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 15 Table 3 16 Lime Physical Requirements 17 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. 18 c. Slurry Grades 19 Table 4 20 Lime Slurry Grades 21 Minimum Dry Solids Contents by Percentage of the Slurry 32 11 29 - 5 LIME TREATED BASE COURSES Page 5 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 Grade 1 31 Grade 2 35 Grade 3 46 1 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 2 11 23, for the type and grade shown on the Drawings, before the addition of lime. 3 D. Water: Furnish water free of industrial wastes and other objectionable material. 4 E. Borrow: See Section 31 23 23. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION 11 A. Shape the subgrade or existing base to conform to the typical sections shown on the 12 Drawings or as directed. 13 3.4 INSTALLATION 14 A. General 15 1. Produce a completed course of treated material containing: 16 a. uniform lime mixture, free from loose or segregated areas. 17 b. uniform density and moisture content. 18 c. well bound for full depth. 19 d. with smooth surface and suitable for placing subsequent courses. 20 2. Maximum layer depth of lime treatment in single layer: 8 inches. 21 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact 22 and finish in equal layers not exceeding 5 inches deep. 23 B. Equipment 24 1. General: Provide machinery, tools, and equipment necessary for proper execution 25 of the work. 26 2. Rollers 27 a. The Contractor may use any type of roller to meet the production rates and 28 quality requirements of the Contract unless otherwise shown on the Drawings 29 or directed. 30 b. When specific types of equipment are required, use equipment that meets the 31 specified requirements. 32 c. Alternate Equipment 33 1) Instead of the specified equipment, the Contractor may, as approved, 34 operate other compaction equipment that produces equivalent results. 35 2) Discontinue the use of the alternate equipment and furnish the specified 36 equipment if the desired results are not achieved. 37 d. City may require Contractor to substitute equipment if production rate and 38 quality requirements of the Contract are not met. 39 32 11 29 - 6 LIME TREATED BASE COURSES Page 6 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3. Storage Facility 1 a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 2 4. Slurry Equipment 3 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or 4 quicklime on the project or other approved location. 5 b. The City may approve other slurrying methods. 6 c. Provide a pump for agitating the slurry when the distributor truck is not 7 equipped with an agitator. 8 5. Pulverization Equipment 9 a. Provide pulverization equipment that: 10 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 11 plane to a uniform surface over the entire width of the cut 12 2) Provides a visible indication of the depth of cut at all times, and uniformly 13 mixes the materials 14 C. Pulverization 15 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 16 1/2 inch sieve. 17 2. If the material cannot be uniformly processed to the required depth in a single pass, 18 excavate and windrow the material to expose a secondary grade to achieve 19 processing to depth as shown in the Drawings. 20 D. Application of Lime 21 1. Uniformly apply lime as shown on the Drawings or as directed. 22 2. Add lime at the percentage specified in Drawings. 23 3. Apply lime only on an area where mixing can be completed during the same 24 working day. 25 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind 26 conditions, in the opinion of the City, cause blowing lime to become dangerous to 27 traffic or objectionable to adjacent property owners. 28 5. Slurry Placement 29 a. Hydrated Lime 30 1) Mix Lime with water and apply slurry 31 2) Apply Type B, commercial lime slurry, with a lime percentage not less 32 applicable for grade used 33 3) Distribute lime at the rate shown on the Drawings 34 4) Make successive passes over a measured surface of roadway until the 35 proper moisture and lime content have been achieved. 36 b. Quicklime 37 1) Spread the residue for the Quicklime slurrying procedure uniformly over 38 the length of the roadway. 39 2) Residue is primarily inert material with little stabilizing value; however, 40 may contain a small amount of Quicklime particles that slake slowly. A 41 concentration of these particles could cause the compacted stabilized 42 material to swell during slaking. 43 E. Mixing 44 1. Begin mixing within 6 hours of application of lime. 45 32 11 29 - 7 LIME TREATED BASE COURSES Page 7 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Hydrated lime exposed to the open air for 6 hours or more between application and 1 mixing, or that experiences excessive loss due to washing or blowing, will not be 2 accepted for payment. 3 3. Thoroughly mix the material and lime using approved equipment. 4 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free 5 from all clods and lumps. 6 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 7 6. Materials containing plastic clay or other materials that are not readily mixed with 8 lime shall be mixed as thoroughly as possible at the time of lime application, 9 brought to the proper moisture content and sealed with a pneumatic roller. 10 7. Allow the mixture to cure for 72 hours or as directed by City. 11 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 12 9. Sprinkle the treated materials during the mixing and curing operation to achieve 13 adequate hydration and proper moisture content. 14 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 15 11. After mixing, City will sample the mixture at roadway moisture and test in 16 accordance with Tex-101-E, Part III, to determine compliance with the gradation 17 requirements in Table 5. 18 Table 5 19 Gradation Requirements (Minimum % Passing) 20 Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 21 F. Compaction 22 1. General 23 a. Begin compaction immediately after final mixing. 24 b. Aerate and sprinkle as necessary to provide optimum moisture content. 25 c. Multiple lifts are permitted when shown on the Drawings or approved. 26 d. Bring each layer to the moisture content directed. 27 2. Rolling 28 a. Begin rolling longitudinally at the sides and proceed toward the center, 29 overlapping on successive trips by at least one-half the width of the roller unit. 30 b. On superelevated curves, begin rolling at the low side and progress toward the 31 high side. 32 c. Offset alternate trips of the roller. 33 d. Operate rollers at a speed between 2 and 6 MPH or as directed. 34 e. Rework, recompact, and refinish material that fails to meet or that loses 35 required moisture, density, stability, or finish before the next course is placed or 36 the project is accepted. 37 1) Continue work until specification requirements are met. 38 2) Rework in accordance with Maintenance item of this Section. 39 f. Proof roll the lime treated base course in accordance with the following: 40 1) Proof Rolling 41 a) City Project Representative must be on-site during proof rolling 42 operations. 43 32 11 29 - 8 LIME TREATED BASE COURSES Page 8 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b) Use equipment that will apply sufficient load to identify soft spots that 1 rut or pump. 2 (1) Acceptable equipment includes fully loaded single-axle water truck 3 with a 1500 gallon capacity. 4 c) Make at least 2 passes with the proof roller (down and back = 1 pass). 5 d) Offset each trip by at most 1 tire width. 6 e) If an unstable or non-uniform area is found, correct the area. 7 2) Correct 8 a) Soft spots that rut or pump greater than 3/4 inch. 9 b) Areas that are unstable or non-uniform. 10 3. Density Control 11 a. Compact until the entire depth of the mixture has achieved a uniform density of 12 not less than 95 percent of the maximum density as determined by ASTM 13 D698. 14 b. Moisture content: minus 2 to plus 4 optimum. 15 G. Maintenance 16 1. Maintain the completed soil lime base in good condition, satisfactory to the City as 17 to grade, crown and cross section until the overlaying or next course is constructed. 18 2. Keep surface of the compacted course moist until covered by other base or 19 pavement. 20 3. Reworking a Section 21 a. When a section is reworked within 72 hours after completion of compaction, 22 rework the section to provide the required density. 23 b. When a section is reworked more than 72 hours after completion of 24 compaction, add additional lime at 25 percent of the percentage specified. 25 c. Reworking includes loosening, adding material or removing unacceptable 26 material if necessary, mixing as directed, compacting, and finishing. 27 H. Finishing 28 1. After completing compaction of the final course, clip, skin, or tight-blade the 29 surface of the lime-treated material with a maintainer or subgrade trimmer to a 30 depth of approximately 1/4 inch. 31 2. Remove loosened material and dispose of at an approved location. 32 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth 33 surface is attained. 34 4. Add small amounts of water as needed during rolling. 35 5. Shape and maintain the course and surface in conformity with the typical sections, 36 lines, and grades shown on the Drawings or as directed. 37 I. Curing 38 1. Cure for the minimum number of days shown in Table 6 and by finished pavement 39 type: 40 a. Concrete pavement 41 1) Sprinkle with water 42 2) Maintain moisture during curing 43 3) Do not allow equipment on the finished course during curing except as 44 required for sprinkling. 45 b. Asphalt Pavement 46 32 11 29 - 9 LIME TREATED BASE COURSES Page 9 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 1 2) Do not allow equipment on the finished course during curing. 2 Table 6 3 Minimum Curing Requirements Before Placing Subsequent Courses1 4 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 5 compaction. 6 3.5 REPAIR/RESTORATION [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 QUALITY CONTROL 9 A. Density Test 10 1. City Project Representative must be on site during density testing 11 2. City to measure density of lime treated base course in accordance with ASTM 12 D6938. 13 3. Spacing directed by City (1 per block minimum). 14 4. City Project Representative determines density testing locations. 15 B. Depth Test 16 1. In-place depth will be evaluated for each 500-foot roadway section 17 2. Determine in accordance with Tex-140-E in hand excavated holes. 18 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 19 4. City Project Representative determines depth testing locations. 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 32 13 13 - 1 CONCRETE PAVING Page 1 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 32 13 13 1 CONCRETE PAVING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section includes: 5 1. Finished pavement constructed of portland cement concrete including 6 monolithically poured curb on the prepared subgrade or other base course. 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 32 01 29 - Concrete Paving Repair 13 4. Section 32 13 73 - Concrete Paving Joint Sealants 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement 16 1. Measurement 17 a. Measurement for this Item shall be by the square yard of completed and 18 accepted Concrete Pavement in its final position as measured from back of curb 19 for various: 20 1) Classes 21 2) Thicknesses 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item will 24 be paid for at the unit price bid per square yard of Concrete Pavement. 25 3. The price bid shall include: 26 a. Shaping and fine grading the placement area 27 b. Furnishing and applying all water required 28 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 29 ingredients including all freight and royalty involved 30 d. Mixing, placing, finishing and curing all concrete 31 e. Furnishing and installing all reinforcing steel 32 f. Furnishing all materials and placing longitudinal, warping, expansion, and 33 contraction joints, including all steel dowels, dowel caps and load transmission 34 units required, wire and devices for placing, holding and supporting the steel 35 bar, load transmission units, and joint filler material in the proper position; for 36 coating steel bars where required by the Drawings 37 g. Sealing joints 38 h. Monolithically poured curb 39 i. Cleanup 40 32 13 13 - 2 CONCRETE PAVING Page 2 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.3 REFERENCES 1 A. Reference Standards 2 1. Reference standards cited in this specification refer to the current reference standard 3 published at the time of the latest revision date logged at the end of this 4 specification, unless a date is specifically cited. 5 2. ASTM International (ASTM): 6 a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete 7 Reinforcement 8 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 9 Field 10 c. C33, Concrete Aggregates 11 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 12 Specimens 13 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 14 Beams of Concrete 15 f. C94/C94M, Standard Specifications for Ready-Mixed Concrete 16 g. C150, Portland Cement 17 h. C156, Water Retention by Concrete Curing Materials 18 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 19 j. C260, Air Entraining Admixtures for Concrete 20 k. C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2 21 l. C494, Chemical Admixtures for Concrete, Types “A”, “D”, “F” and “G” 22 m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 23 Admixture in Concrete 24 n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 25 Concrete 26 o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-27 Cement Concrete 28 p. C1602, Standard Specification for Mixing Water Used in the Production of 29 Hydraulic Cement Concrete. 30 q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 31 (12,400 ft-lbf/ft3) 32 3. American Concrete Institute (ACI): 33 a. ACI 305.1-06 Specification for Hot Weather Concreting 34 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 35 c. ACI 318 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. See Item 2.4.A. 40 32 13 13 - 3 CONCRETE PAVING Page 3 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD CONDITIONS 5 A. Weather Conditions 6 1. Place concrete when concrete temperature is between 40 and 100 degrees when 7 measured in accordance with ASTM C1064 at point of placement. 8 2. Hot Weather Concreting 9 a. Take immediate corrective action or cease paving when the ambient 10 temperature exceeds 95 degrees. 11 b. Concrete paving operations shall be approved by the City when the concrete 12 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 13 Concreting (ACI 305.1-06). 14 3. Cold Weather Concreting 15 a. Do not place when ambient temp in shade is below 40 degrees and falling. 16 Concrete may be placed when ambient temp is above 35 degrees and rising or 17 above 40 degrees. 18 b. Concrete paving operations shall be approved by the City when ambient 19 temperature is below 40 degrees. See Standard Specification for Cold Weather 20 Concreting (ACI 306.1-90). 21 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 22 pavement in natural light, or as directed by the City. 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 26 2.2 MATERIALS 27 A. Cementitious Material: ASTM C150. 28 B. Aggregates: ASTM C33. 29 C. Water: ASTM C1602. 30 D. Admixtures: When admixtures are used, conform to the appropriate specification: 31 1. Air-Entraining Admixtures for Concrete: ASTM C260. 32 2. Chemical Admixtures for Concrete: ASTM C494, Types “A”, “D”, “F” and “G.” 33 3. Fly Ash 34 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 35 ASTM C618. 36 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 37 specified cement content when such batch design is approved by the Engineer. 38 32 13 13 - 4 CONCRETE PAVING Page 4 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 E. Steel Reinforcement: ASTM A615. 1 F. Steel Wire Reinforcement: Not used for concrete pavement. 2 G. Dowels and Tie Bars 3 1. Dowel and tie bars: ASTM A615. 4 2. Dowel Caps 5 a. Provide dowel caps with enough range of movement to allow complete closure 6 of the expansion joint. 7 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 8 have an internal diameter sufficient to permit the cap to freely slip over the bar. 9 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 10 and one end of the cap shall be rightly closed. 11 3. Epoxy for Dowel and Tie Bars: ASTM C881. 12 a. See following table for approved producers of epoxies and adhesives 13 14 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 15 b. Epoxy Use, Storage and Handling 16 1) Package components in airtight containers and protect from light and 17 moisture. 18 2) Include detailed instructions for the application of the material and all 19 safety information and warnings regarding contact with the components. 20 3) Epoxy label requirements 21 a) Resin or hardener components 22 b) Brand name 23 c) Name of manufacturer 24 32 13 13 - 5 CONCRETE PAVING Page 5 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 d) Lot or batch number 1 e) Temperature range for storage 2 f) Date of manufacture 3 g) Expiration date 4 h) Quantity contained 5 4) Store epoxy and adhesive components at temperatures recommended by the 6 manufacturer. 7 5) Do not use damaged or previously opened containers and any material that 8 shows evidence of crystallization, lumps skinning, extreme thickening, or 9 settling of pigments that cannot be readily dispersed with normal agitation. 10 6) Follow sound environmental practices when disposing of epoxy and 11 adhesive wastes. 12 7) Dispose of all empty containers separately. 13 8) Dispose of epoxy by completely emptying and mixing the epoxy before 14 disposal 15 H. Reinforcement Bar Chairs 16 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 17 reinforcement bars and shall not bend or break under the weight of the 18 reinforcement bars or Contractor’s personnel walking on the reinforcing bars. 19 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 20 plastic. 21 3. For approval of plastic chairs, representative samples of the plastic shall show no 22 visible indications of deterioration after immersion in a 5-percent solution of 23 sodium hydroxide for 120-hours. 24 4. Bar chairs may be rejected for failure to meet any of the requirements of this 25 specification. 26 I. Joint Filler 27 1. Joint filler is the material placed in concrete pavement and concrete structures to 28 allow for the expansion and contraction of the concrete. 29 2. Wood Boards: Used as joint filler for concrete paving. 30 a. Boards for expansion joint filler shall be of the required size, shape and type 31 indicated on the Drawings or required in the specifications. 32 1) Boards shall be of selected stock of redwood or cypress. The boards shall 33 be sound heartwood and shall be free from sapwood, knots, clustered 34 birdseyes, checks and splits. 35 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 36 be sufficiently rigid to permit ease of installation. 37 3) Boards shall be furnished in lengths equal to the width between 38 longitudinal joints, and may be furnished in strips or scored sheet of the 39 required shape. 40 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 41 Drawings; the width shall be not less than that shown on the Drawings, providing 42 for the top seal space. 43 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 44 requirements of this specification. 45 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 46 32 13 13 - 6 CONCRETE PAVING Page 6 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 K. Curing Materials 1 1. Membrane-Forming Compounds. 2 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 3 compound and be of such nature that it shall not produce permanent 4 discoloration of concrete surfaces nor react deleteriously with the concrete. 5 b. The compound shall produce a firm, continuous uniform moisture-impermeable 6 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 7 concrete. 8 c. It shall, when applied to the damp concrete surface at the specified rate of 9 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 10 normal conditions suitable for concrete operations. 11 d. It shall adhere in a tenacious film without running off or appreciably sagging. 12 e. It shall not disintegrate, check, peel or crack during the required curing period. 13 f. The compound shall not peel or pick up under traffic and shall disappear from 14 the surface of the concrete by gradual disintegration. 15 g. The compound shall be delivered to the job site in the manufacturer's original 16 containers only, which shall be clearly labeled with the manufacturer's name, 17 the trade name of the material and a batch number or symbol with which test 18 samples may be correlated. 19 h. When tested in accordance with ASTM C156 Water Retention by Concrete 20 Curing Materials, the liquid membrane-forming compound shall restrict the loss 21 of water present in the test specimen at the time of application of the curing 22 compound to not more than 0.01-oz.-per-2 inches of surface. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A. Mix Design 26 1. Concrete Mix Design and Control 27 a. At least 10 calendar days prior to the start of concrete paving operations, the 28 Contractor shall submit a design of the concrete mix it proposes to use and a 29 full description of the source of supply of each material component. 30 b. The design of the concrete mix shall produce a quality concrete complying with 31 these specifications and shall include the following information: 32 1) Design Requirements and Design Summary 33 2) Material source 34 3) Dry weight of cement/cubic yard and type 35 4) Dry weight of fly ash/cubic yard and type, if used 36 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 37 6) Design water/cubic yard 38 7) Quantities, type, and name of admixtures with manufacturer's data sheets 39 8) Current strength tests or strength tests in accordance with ACI 318 40 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 41 and date of tests 42 10) Fineness modulus of fine aggregate 43 11) Specific Gravity and Absorption Values of fine and coarse aggregates 44 12) L.A. Abrasion of coarse aggregates 45 c. Once mix design approved by City, maintain intent of mix design and 46 maximum water to cement ratio. 47 32 13 13 - 7 CONCRETE PAVING Page 7 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 d. No concrete may be placed on the job site until the mix design has been 1 approved by the City. 2 2. Quality of Concrete 3 a. Consistency 4 1) In general, the consistency of concrete mixtures shall be such that: 5 a) Mortar shall cling to the coarse aggregate 6 b) Aggregate shall not segregate in concrete when it is transported to the 7 place of deposit 8 c) Concrete, when dropped directly from the discharge chute of the mixer, 9 shall flatten out at the center of the pile, but the edges of the pile shall 10 stand and not flow 11 d) Concrete and mortar shall show no free water when removed from the 12 mixer 13 e) Concrete shall slide and not flow into place when transported in metal 14 chutes at an angle of 30 degrees with the horizontal 15 f) Surface of the finished concrete shall be free from a surface film or 16 laitance 17 2) When field conditions are such that additional moisture is needed for the 18 final concrete surface finishing operation, the required water shall be 19 applied to the surface by hand sprayer only and be held to a minimum 20 amount. 21 3) The concrete shall be workable, cohesive, possess satisfactory finishing 22 qualities and be of the stiffest consistency that can be placed and vibrated 23 into a homogeneous mass. 24 4) Excessive bleeding shall be avoided. 25 5) If the strength or consistency required for the class of concrete being 26 produced is not secured with the minimum cement specified or without 27 exceeding the maximum water/cement ratio, the Contractor may use, or the 28 City may require, an approved cement dispersing agent (water reducer); or 29 the Contractor shall furnish additional aggregates, or aggregates with 30 different characteristics, or the Contractor may use additional cement in 31 order to produce the required results. 32 6) The additional cement may be permitted as a temporary measure, until 33 aggregates are changed and designs checked with the different aggregates 34 or cement dispersing agent. 35 7) The Contractor is solely responsible for the quality of the concrete 36 produced. 37 8) The City reserves the right to independently verify the quality of the 38 concrete through inspection of the batch plant, testing of the various 39 materials used in the concrete and by casting and testing concrete cylinders 40 or beams on the concrete actually incorporated in the pavement. 41 b. Standard Class 42 1) Unless otherwise shown on the Drawings or detailed specifications, the 43 standard class for concrete paving for streets and alleys is shown in the 44 following table: 45 46 32 13 13 - 8 CONCRETE PAVING Page 8 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 Standard Classes of Pavement Concrete 1 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 2. Minimum Compressive Strength Required. 3 4 2) Machine-Laid concrete: Class P 5 3) Hand-Laid concrete: Class H 6 c. High Early Strength Concrete (HES) 7 1) When shown on the Drawings or allowed, provide Class HES concrete for 8 very early opening of pavements area or leaveouts to traffic. 9 2) Design class HES to meet the requirements of class specified for concrete 10 pavement and a minimum compressive strength of 2,600 psi in 24 hours, 11 unless other early strength and time requirements are shown on the 12 Drawings allowed. 13 3) No strength overdesign is required. 14 15 Standard Classes of Pavement Concrete 16 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 17 d. Slump 18 1) Slump requirements for pavement and related concrete shall be as specified 19 in the following table: 20 21 Concrete Pavement Slump Requirements 22 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 23 2) No concrete shall be permitted with slump in excess of the maximums 24 shown. 25 32 13 13 - 9 CONCRETE PAVING Page 9 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3) Any concrete mix failing to meet the above consistency requirements, 1 although meeting the slump requirements, shall be considered 2 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 3 conditions. 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 INSTALLATION 9 A. Equipment 10 1. All equipment necessary for the construction of this item shall be on the project. 11 2. The equipment shall include spreading devices (augers), internal vibration, 12 tamping, and surface floating necessary to finish the freshly placed concrete in such 13 a manner as to provide a dense and homogeneous pavement. 14 3. Machine-Laid Concrete Pavement 15 a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms 16 that are uniformly supported on a very firm subbase to prevent sagging under 17 the weight of machine. 18 b. Slip-Form Paver 19 1) Slip-form paving equipment shall be provided with traveling side forms of 20 sufficient dimensions, shape and strength so as to support the concrete 21 laterally for a sufficient length of time during placement. 22 2) City may reject use of Slip-Form Paver if paver requires over-digging and 23 impacts trees, mailboxes or other improvements. 24 4. Hand-Laid Concrete Pavement 25 a. Machines that do not incorporate these features, such as roller screeds or 26 vibrating screeds, shall be considered tools to be used in hand-laid concrete 27 construction, as slumps, spreading methods, vibration, and other procedures are 28 more common to hand methods than to machine methods. 29 5. City may reject equipment and stop operation if equipment does not meet 30 requirements. 31 B. Concrete Mixing and Delivery 32 1. Transit Batching: shall not be used – onsite mixing not permitted 33 2. Ready Mixed Concrete 34 a. The concrete shall be produced in an approved method conforming to the 35 requirements of this specification and ASTM C94/C94M. City shall have access 36 ready mix to get samples of materials. 37 b. City shall have access to ready mix plant to obtain material samples. 38 c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate 39 Procedure 2: 40 1) As the mixer is being emptied, individual samples shall be taken after the 41 discharge of approximately 15 percent and 85 percent of the load. 42 32 13 13 - 10 CONCRETE PAVING Page 10 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2) The method of sampling shall provide that the samples are representative of 1 widely separated portions, but not from the very ends of the batch. 2 d. The mixing of each batch, after all materials are in the drum, shall continue until 3 it produces a thoroughly mixed concrete of uniform mass as determined by 4 established mixer performance ratings and inspection, or appropriate uniformity 5 tests as described in ASTM C94. 6 e. The entire contents of the drum shall be discharged before any materials are 7 placed therein for the succeeding batch. 8 f. Retempering or remixing shall not be permitted. 9 3. Delivery 10 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 11 City to prevent cold joint. 12 4. Delivery Tickets 13 a. For all operations, the manufacturer of the concrete shall, before unloading, 14 furnish to the purchaser with each batch of concrete at the site a delivery ticket 15 on which is printed, stamped, or written, the following information to determine 16 that the concrete was proportioned in accordance with the approved mix design: 17 1) Name of concrete supplier 18 2) Serial number of ticket 19 3) Date 20 4) Truck number 21 5) Name of purchaser 22 6) Specific designation of job (name and location) 23 7) Specific class, design identification and designation of the concrete in 24 conformance with that employed in job specifications 25 8) Amount of concrete in cubic yards 26 9) Time loaded or of first mixing of cement and aggregates 27 10) Water added by receiver of concrete 28 11) Type and amount of admixtures 29 C. Subgrade 30 1. When manipulation or treatment of subgrade is required on the Drawings, the work 31 shall be performed in proper sequence with the preparation of the subgrade for 32 pavement. 33 2. The roadbed shall be excavated and shaped in conformity with the typical sections 34 and to the lines and grades shown on the Drawings or established by the City. 35 3. All holes, ruts and depressions shall be filled and compacted with suitable material 36 and, if required, the subgrade shall be thoroughly wetted and reshaped. 37 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 38 corrected. 39 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 40 density as determined by ASTM D698. 41 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 42 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 43 pavement to ensure its being in a firm and moist condition. 44 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 45 of the work. 46 32 13 13 - 11 CONCRETE PAVING Page 11 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 1 place concrete pavement. 2 10. After the specified moisture and density are achieved, the Contractor shall maintain 3 the subgrade moisture and density in accordance with this Section. 4 11. In the event that rain or other conditions may have adversely affected the condition 5 of the subgrade or base, additional tests may be required as directed by the City. 6 D. Placing and Removing Forms 7 1. Placing Forms 8 a. Forms for machine-laid concrete 9 1) The side forms shall be metal, of approved cross section and bracing, of a 10 height no less than the prescribed edge thickness of the concrete section, 11 and a minimum of 10 feet in length for each individual form. 12 2) Forms shall be of ample strength and staked with adequate number of pins 13 capable of resisting the pressure of concrete placed against them and the 14 thrust and the vibration of the construction equipment operating upon them 15 without appreciable springing, settling or deflection. 16 3) The forms shall be free from warps, bends or kinks and shall show no 17 variation from the true plane for face or top. 18 4) Forms shall be jointed neatly and tightly and set with exactness to the 19 established grade and alignment. 20 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 21 advance of the paving operations. 22 6) In no case shall the base width be less than 8 inches for a form 8 inches or 23 more in height. 24 7) Forms must be in firm contact with the subgrade throughout their length 25 and base width. 26 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 27 or other additional supports may be necessary to provide the required 28 stability. 29 b. Forms for hand-laid concrete 30 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 31 inches in thickness or equivalent when wooden forms are used, or be of a 32 gauge that shall provide equivalent rigidity and strength when metal forms 33 are used. 34 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 35 wood forms shall be used. 36 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 37 shall be rejected. 38 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 39 operations shall be stopped the forms reset to line and grade and the pavement then 40 brought to the required section and thickness. 41 3. Cleaning. Forms shall be thoroughly cleaned after each use. 42 4. Removal. 43 a. Forms shall remain in place until the concrete has taken its final set. 44 b. Avoid damage to the edge of the pavement when removing forms. 45 c. Repair damage resulting from form removal and honeycombed areas with a 46 mortar mix within 24 hours after form removal unless otherwise approved. 47 32 13 13 - 12 CONCRETE PAVING Page 12 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 1 after a bulkhead for a transverse construction joint has been removed unless 2 otherwise approved. 3 e. When forms are removed before 72 hours after concrete placement, promptly 4 apply membrane curing compound to the edge of the concrete pavement. 5 E. Placing Reinforcing Steel, Tie, and Dowel Bars 6 1. General 7 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 8 as shown on the Drawings. 9 b. All reinforcing steel shall be clean, free from rust in the form of loose or 10 objectionable scale, and of the type, size and dimensions shown on the 11 Drawings. 12 c. Reinforcing bars shall be securely wired together at the alternate intersections 13 and all splices and shall be securely wired at each intersection dowel and load-14 transmission unit intersected. 15 d. All bars shall be installed in their required position as shown on the Drawings. 16 e. The storing of reinforcing or structural steel on completed roadway slabs 17 generally shall be avoided and, where permitted, such storage shall be limited 18 to quantities and distribution that shall not induce excessive stresses. 19 2. Splices 20 a. Provide standard reinforcement splices by lapping and tying ends. 21 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 22 the Drawings. 23 3. Installation of Reinforcing Steel 24 a. All reinforcing bars and bar mats shall be installed in the slab at the required 25 depth below the finished surface and supported by and securely attached to bar 26 chairs installed on prescribed longitudinal and transverse centers as shown by 27 sectional and detailed drawings on the Drawings. 28 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 29 on the Drawings and shall be approved by the City prior to extensive 30 fabrication. 31 c. After the reinforcing steel is securely installed above the subgrade as specified 32 in Drawings and as herein prescribed, no loading shall be imposed upon the 33 bar mats or individual bars before or during the placing or finishing of the 34 concrete. 35 4. Installation of Dowel Bars 36 a. Install through the predrilled joint filler and rigidly support in true horizontal 37 and vertical positions by an assembly of bar chairs and dowel baskets. 38 b. Dowel Baskets 39 1) The dowels shall be held in position exactly parallel to surface and 40 centerline of the slab, by a dowel basket that is left in the pavement. 41 2) The dowel basket shall hold each dowel in exactly the correct position so 42 firmly that the dowel’s position cannot be altered by concreting operations. 43 c. Dowel Caps 44 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 45 direction. 46 5. Tie Bar and Dowel Placement 47 a. Place at mid-depth of the pavement slab, parallel to the surface. 48 32 13 13 - 13 CONCRETE PAVING Page 13 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b. Place as shown on the Drawings. 1 6. Epoxy for Tie and Dowel Bar Installation 2 1) Epoxy bars as shown on the Drawings. 3 2) Use only drilling operations that do not damage the surrounding operations. 4 3) Blow out drilled holes with compressed air. 5 4) Completely fill the drilled hole with approved epoxy before inserting the tie 6 bar into the hole. 7 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 8 F. Joints 9 1. Joints shall be placed where shown on the Drawings or where directed by the City. 10 2. The plane of all joints shall make a right angle with the surface of the pavement. 11 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 12 4. Joint Dimensions 13 a. The width of the joint shall be shown on the Drawings, creating the joint 14 sealant reservoir. 15 b. The depth of the joint shall be shown on the Drawings. 16 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer’s 17 recommendations. 18 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 19 surface at the center of the joint. 20 5. Transverse Expansion Joints 21 a. Expansion joints shall be installed perpendicularly to the surface and to the 22 centerline of the pavement at the locations shown on the Drawings, or as 23 approved by the City. 24 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 25 approved by the City. 26 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 27 approved by the City, and shall be installed at the specified spacing. 28 d. Support dowel bars with dowel baskets. 29 e. Dowels shall restrict the free opening and closing of the expansion join and 30 shall not make planes of weaknesses in the pavement. 31 f. Greased Dowels for Expansion Joints. 32 1) Coat dowels with a thin film of grease or other approved de-bonding 33 material. 34 2) Provide dowel caps on the lubricated end of each dowel bar. 35 g. Proximity to Existing Structures. When the pavement is adjacent to or around 36 existing structures, expansions joints shall be constructed in accordance with 37 the details shown on the Drawings. 38 6. Transverse Contraction Joints 39 a. Contraction or dummy joints shall be installed at the locations and at the 40 intervals shown on the Drawings. 41 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 42 approved by the City. 43 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 44 approved by the City, and shall be installed at the specified spacing. 45 d. Joints shall be sawed into the completed pavement surface as soon after initial 46 concrete set as possible so that some raveling of the concrete is observed in 47 order for the sawing process to prevent uncontrolled shrinkage cracking. 48 32 13 13 - 14 CONCRETE PAVING Page 14 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 2 pavement thickness, or deeper if so indicated on the Drawings. 3 f. Complete sawing as soon as possible in hot weather conditions and within a 4 maximum of 24 hours after saw cutting begins under cool weather conditions. 5 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 6 the point where some raveling is observed. 7 h. Damage by blade action to the slab surface and to the concrete immediately 8 adjacent to the joint shall be minimized. 9 i. Any portion of the curing membrane which has been disturbed by sawing 10 operations shall be restored by spraying the areas with additional curing 11 compound. 12 7. Transverse Construction Joints 13 a. Construction joints formed at the close of each day’s work or when the placing 14 of concrete has been stopped for 30-minutes or longer shall be constructed by 15 use of metal or wooden bulkheads cut true to the section of the finished 16 pavement and cleaned. 17 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 18 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 19 surface and at right angles to the centerline of the pavement. 20 d. Edges shall be rounded to 1/4 inch radius. 21 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 22 the work. 23 8. Longitudinal Construction Joints 24 a. Longitudinal construction joints shall be of the type shown on the Drawings. 25 9. Joint Filler 26 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 27 Drawings. 28 b. Redwood Board joints shall be used for all pavement joints except for 29 expansion joints that are coincident with a butt joint against existing 30 pavements. 31 c. Boards with less than 25-percent of moisture at the time of installation shall be 32 thoroughly wetted on the job. 33 d. Green lumber of much higher moisture content is desirable and acceptable. 34 e. The joint filler shall be appropriately drilled to admit the dowel bars when 35 required. 36 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 37 slab. The top edge shall be held approximately 1/2 inch below the finished 38 surface of the pavement in order to allow the finishing operations to be 39 continuous. 40 g. The joint filler may be composed of more than one length of board in the 41 length of joint, but no board of a length less than 6 foot may be used unless 42 otherwise shown on the Drawings. 43 h. After the removal of the side forms, the ends of the joints at the edges of the 44 slab shall be carefully opened for the entire depth of the slab. 45 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 46 and as specified in Section 32 13 73. Materials shall generally be handled and 47 applied according to the manufacturer’s recommendations as specified in Section 48 32 13 73. 49 32 13 13 - 15 CONCRETE PAVING Page 15 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 G. Placing Concrete 1 1. Unless otherwise specified in the Drawings, the finished pavement shall be 2 constructed monolithically and constructed by machined laid method unless 3 impractical. 4 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 5 shall be distributed to the required depth and for the entire width of the pavement 6 by shoveling or other approved methods. 7 3. Any concrete not placed as herein prescribed within the time limits in the following 8 table will be rejected. Time begins when the water is added to the mixer. 9 Temperature – Time Requirements 10 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. 11 12 4. Rakes shall not be used in handling concrete. 13 5. At the end of the day, or in case of unavoidable interruption or delay of more than 14 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 15 placed in accordance with 3.4.F.7 of this Section. 16 6. Honeycombing 17 a. Special care shall be taken in placing and spading the concrete against the 18 forms and at all joints and assemblies so as to prevent honeycombing. 19 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 20 the removal of the side forms, may be cause for rejection of the section of slab 21 in which the defect occurs. 22 H. Finishing 23 1. Machine 24 a. Tolerance Limits 25 1) While the concrete is still workable, it shall be tested for irregularities with 26 a 10 foot straightedge placed parallel to the centerline of the pavement so as 27 to bridge depressions and to touch all high spots. 28 2) Ordinates measured from the face of the straightedge to the surface of the 29 pavement shall at no place exceed 1/16 inch-per-foot from the nearest point 30 of contact. 31 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 32 than 1/8 inch. 33 32 13 13 - 16 CONCRETE PAVING Page 16 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 4) Any surface not within the tolerance limits shall be reworked and 1 refinished. 2 b. Edging 3 1) The edges of slabs and all joints requiring edging shall be carefully tooled 4 with an edger of the radius required by the Drawings at the time the 5 concrete begins to take its “set” and becomes non-workable. 6 2) All such work shall be left smooth and true to lines. 7 2. Hand 8 a. Hand finishing permitted only in intersections and areas inaccessible to a 9 finishing machine. 10 b. When the hand method of striking off and consolidating is permitted, the 11 concrete, as soon as placed, shall be approximately leveled and then struck off 12 with screed bar to such elevation above grade that, when consolidated and 13 finished, the surface of the pavement shall be at the grade elevation shown on 14 the Drawings. 15 c. A slight excess of material shall be kept in front of the cutting edge at all times. 16 d. The straightedge and joint finishing shall be as prescribed herein. 17 I. Curing 18 1. The curing of concrete pavement shall be thorough and continuous throughout the 19 entire curing period. 20 2. Failure to provide proper curing as herein prescribed shall be considered as 21 sufficient cause for immediate suspension of the paving operations. 22 3. The curing method as herein specified does not preclude the use of any of the other 23 commonly used methods of curing, and the City may approve another method of 24 curing if so requested by the Contractor. 25 4. If any selected method of curing does not afford the desired results, the City shall 26 have the right to order that another method of curing be instituted. 27 5. After removal of the side forms, the sides of the slab shall receive a like coating 28 before earth is banked against them. 29 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 30 as to cover the entire surfaces thoroughly and completely with a uniform film. 31 7. The rate of application shall be such as to ensure complete coverage and shall not 32 exceed 20-square-yards-per-gallon of curing compound. 33 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 34 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 35 curing period. 36 9. If for any reason the seal is broken during the curing period, it shall be immediately 37 repaired with additional sealing solution. 38 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 39 Materials, the curing compound shall provide a film which shall have retained 40 within the test specimen a percentage of the moisture present in the specimen when 41 the curing compound was applied according to the following. 42 11. Contractor shall maintain and properly repair damage to curing materials on 43 exposed surfaces of concrete pavement continuously for a least 72 hours. 44 J. Monolithic Curbs 45 32 13 13 - 17 CONCRETE PAVING Page 17 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 1 back from the paving mixer, shall be placed within 20-minutes after being mixed. 2 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 3 shall be thoroughly worked with a wooden flat. 4 3. The exposed edges shall be rounded by the use of an edging tool to the radius 5 indicated on the Drawings. 6 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 7 K. Alley Paving 8 1. Alley paving shall be constructed in accordance with the specifications for concrete 9 paving hereinbefore described, in accordance with the details shown on the 10 Drawings, and with the following additional provisions: 11 a. Alley paving shall be constructed to the typical cross sections shown on the 12 Drawings. 13 b. Transverse expansion joints of the type shown on the Drawings shall be 14 constructed at the property line on each end of the alley with a maximum 15 spacing of 600 feet. 16 c. Transverse contraction and dummy joints shall be placed at the spacing shown 17 on the Drawings. 18 d. Contraction and dummy joints shall be formed in such a manner that the 19 required joints shall be produced to the satisfaction of the City. 20 e. All joints shall be constructed in accordance with this specification and filled 21 in accordance with the requirement of Section 32 13 73. 22 L. Pavement Leaveouts 23 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 24 provided at location indicated on the Drawings or as directed by the City. 25 2. The extent and location of each leaveout required and a suitable crossover 26 connection to provide for traffic movements shall be determined in the field by the 27 City. 28 3.5 REPAIR 29 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 30 specified in Section 32 01 29. 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 SITE QUALITY CONTROL 33 A. Concrete Placement 34 1. Place concrete using a fully automated paving machine. Hand paving only 35 permitted in areas such as intersections where use of paving machine is not 36 practical 37 a. All concrete pavement not placed by hand shall be placed using a fully 38 automated paving machine as approved by the City. 39 b. Screeds will not be allowed except if approved by the City. 40 B. Testing of Materials 41 1. Samples of all materials for test shall be made at the expense of the City, unless 42 otherwise specified in the special provisions or in the Drawings. 43 32 13 13 - 18 CONCRETE PAVING Page 18 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. In the event the initial sampling and testing does not comply with the specifications, 1 all subsequent testing of the material in order to determine if the material is 2 acceptable shall be at the Contractor’s expense at the same rate charged by the 3 commercial laboratories. 4 3. All testing shall be in accordance with applicable ASTM Standards and concrete 5 testing technician must be ACI certified or equivalent. 6 C. Pavement Thickness Test 7 1. Upon completion of the work and before final acceptance and final payment shall 8 be made, pavement thickness test shall be made by the City. 9 2. The number of tests and location shall be at the discretion of the City, unless 10 otherwise specified in the special provisions or on the Drawings. 11 3. The cost for the initial pavement thickness test shall be the expense of the City. 12 4. In the event a deficiency in the thickness of pavement is revealed during normal 13 testing operations, subsequent tests necessary to isolate the deficiency shall be at 14 the Contractor’s expense. 15 5. The cost for additional coring test shall be at the same rate charged by commercial 16 laboratories. 17 6. Where the average thickness of pavement in the area found to be deficient in 18 thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be 19 made at an adjusted price as specified in the following table. 20 21 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 22 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 23 more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever 24 is greater, shall be evaluated by the City. 25 8. If, in the judgment of the City the area of such deficiency should not be removed 26 and replaced, there shall be no payment for the area retained. 27 9. If, in the judgment of the City, the area of such deficiency warrants removal, the 28 area shall be removed and replaced, at the Contractor’s entire expense, with 29 concrete of the thickness shown on the Drawings. 30 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 31 than 1/10 of the plan thickness, whichever is greater, shall be removed and 32 replaced, at the Contractor’s entire expense, with concrete of the thickness shown 33 on the Drawings. 34 11. No additional payment over the contract unit price shall be made for any pavement 35 of a thickness exceeding that required by the Drawings. 36 D. Pavement Strength Test 37 32 13 13 - 19 CONCRETE PAVING Page 19 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. During the progress of the work the City shall provide trained technicians to cast 1 test cylinders for conforming to ASTM C31, to maintain a check on the 2 compressive strengths of the concrete being placed. 3 2. After the cylinders have been cast, they shall remain on the job site and then 4 transported, moist cured, and tested by the City in accordance with ASTM C31 and 5 ASTM C39. 6 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 7 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 8 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 9 and expense, core the pavement in question and have the cores tested by an 10 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 11 the average of all cores must meet 100 percent of the minimum specified strength, 12 with no individual core resulting in less than 90 percent of design strength, to 13 override the results of the cylinder tests. 14 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 15 meet minimum specified strength, additional cores shall be taken to identify the 16 limits of deficient concrete pavement at the expense of the Contractor. 17 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 18 meeting the minimum specified strength shall be subject to the money penalties or 19 removal and placement at the Contractor’s expense as show in the following table. 20 21 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 22 7. The amount of penalty shall be deducted from payment due to Contractor; such as 23 penalty deducted is to defray the cost of extra maintenance. 24 8. The strength requirements for structures and other concrete work are not altered by 25 the special provision. 26 9. No additional payment over the contract unit price shall be made for any pavement 27 of strength exceeding that required by the Drawings and/or specifications. 28 E. Cracked Concrete Acceptance Policy 29 1. If cracks exist in concrete pavement upon completion of the project, the Project 30 Inspector shall make a determination as to the need for action to address the 31 cracking as to its cause and recommended remedial work. 32 2. If the recommended remedial work is routing and sealing of the cracks to protect 33 the subgrade, the Inspector shall make the determination as to whether to rout and 34 seal the cracks at the time of final inspection and acceptance or at any time prior to 35 the end of the project maintenance period. The Contractor shall perform the routing 36 and sealing work as directed by the Project Inspector, at no cost to the City, 37 regardless of the cause of the cracking. 38 32 13 13 - 20 CONCRETE PAVING Page 20 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3. If remedial work beyond routing and sealing is determined to be necessary, the 1 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 2 agreement is reached that the cracking is due to deficient materials or workmanship, 3 the Contractor shall perform the remedial work at no cost to the City. Remedial 4 work in this case shall be limited to removing and replacing the deficient work with 5 new material and workmanship that meets the requirements of the contract. 6 4. If remedial work beyond routing and sealing is determined to be necessary, and the 7 Inspector and the Contractor agree that the cause of the cracking is not deficient 8 materials or workmanship, the City may request the Contractor to provide an 9 estimate of the cost of the necessary remedial work and/or additional work to 10 address the cause of the cracking, and the Contractor will perform that work at the 11 agreed-upon price if the City elects to do so. 12 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 13 the cause of the cracking, the City may hire an independent geotechnical engineer 14 to perform testing and analysis to determine the cause of the cracking. The 15 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 16 with the City. The Contractor and the City shall use the services of a geotechnical 17 firm acceptable to both parties. 18 6. If the geotechnical engineer determines that the primary cause of the cracking is the 19 Contractor’s deficient material or workmanship, the remedial work will be 20 performed at the Contractor’s entire expense and the Contractor will also reimburse 21 the City for the balance of the cost of the geotechnical investigation over and above 22 the amount that has previously been escrowed. Remedial work in this case shall be 23 limited to removing and replacing the deficient work with new material and 24 workmanship that meets the requirements of the contract. 25 7. If the geotechnical engineer determines that the primary cause of the cracking is not 26 the Contractor’s deficient material or workmanship, the City will return the 27 escrowed funds to the Contractor. The Contractor, on request, will provide the City 28 an estimate of the costs of the necessary remedial work and/or additional work and 29 will perform the work at the agreed-upon price as directed by the City. 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] 37 38 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 END OF SECTION 1 2 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 3 32 13 20 - 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 5, 2018 SECTION 32 13 20 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Concrete sidewalks 6 2. Driveways 7 3. Barrier free ramps 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 02 41 13 - Selective Site Demolition 14 4. Section 32 13 13 - Concrete Paving 15 5. Section 32 13 73 - Concrete Paving Joint Sealants 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Concrete Sidewalk 19 a. Measurement 20 1) Measurement for this Item shall be by the square foot of completed and 21 accepted Concrete Sidewalk in its final position for various: 22 a) Thicknesses 23 b) Types 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under “Measurement” will be paid for at the unit 27 price bid per square foot of Concrete Sidewalk. 28 c. The price bid shall include: 29 1) Excavating and preparing the subgrade 30 2) Furnishing and placing all materials 31 2. Concrete Curb at Back of Sidewalk (6 to 12 inch max) 32 a. Measurement 33 1) Measurement for this Item shall be by the linear foot of completed and 34 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb 35 height at back of walk in its final position. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under “Measurement” will be paid for at the unit 39 price bid per linear foot of Concrete Curb at the Back of Sidewalk. 40 c. The price bid shall include: 41 1) Excavating and preparing the subgrade 42 32 13 20 - 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 5, 2018 2) Furnishing and placing all materials, including concrete and reinforcing 1 steel 2 3) Excavation in back of “retaining” curb 3 4) Furnishing, placing, and compacting backfill 4 3. Concrete Driveway 5 a. Measurement 6 1) Measurement for this Item shall be by the square foot of completed and 7 accepted Concrete Driveway in its final position for various: 8 a) Thicknesses 9 b) Types 10 2) Dimensions will be taken from the back of the projected curb, including the 11 area of the curb radii and will extend to the limits specified in the Drawings. 12 3) Sidewalk portion of drive will be included in driveway measurement. 13 4) Curb on drive will be included in the driveway measurement. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under “Measurement” will be paid for at the unit 17 price bid per square foot of Concrete Driveway. 18 c. The price bid shall include: 19 1) Excavating and preparing the subgrade 20 2) Furnishing and placing all materials 21 4. Barrier Free Ramps 22 a. Measurement 23 1) Measurement for this Item shall be per each Barrier Free Ramp completed 24 and accepted for various: 25 a) Types 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 each “Barrier Free Ramp” installed. 30 c. The price bid shall include: 31 1) Excavating and preparing the subgrade 32 2) Furnishing and placing all materials 33 3) Curb Ramp 34 4) Landing and detectable warning surface as shown on the Drawings 35 5) Adjacent flares or side curb 36 1.3 REFERENCES 37 A. Abbreviations and Acronyms 38 1. TAS – Texas Accessibility Standards 39 2. TDLR – Texas Department of Licensing and Regulation 40 B. Reference Standards 41 1. Reference standards cited in this Specification refer to the current reference 42 standard published at the time of the latest revision date logged at the end of this 43 Specification, unless a date is specifically cited. 44 2. American Society for Testing and Materials (ASTM) 45 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 46 Construction (Non-extruding and Resilient Types) 47 32 13 20 - 3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 5, 2018 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 1 Standard Effort (12,400 ft-lbf/ft3) 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Mix Design: submit for approval. Section 32 13 13. 6 B. Product Data: submit product data and sample for pre-cast detectable warning for 7 barrier free ramp. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD CONDITIONS 13 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 17 2.2 EQUIPMENT AND MATERIALS 18 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 19 the finished work. 20 B. Concrete: see Section 32 13 13. 21 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 22 class for concrete sidewalks, driveways and barrier free ramps is shown in the 23 following table: 24 Standard Classes of Pavement Concrete 25 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. 26 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 27 bars at 18 inches on-center-both-ways at the center plane of all slabs, unless 28 otherwise shown on the Drawings or detailed specifications. 29 D. Joint Filler 30 1. Wood Filler: see Section 32 13 13. 31 2. Pre-Molded Asphalt Board Filler 32 a. Use only in areas where not practical for wood boards. 33 32 13 20 - 4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 5, 2018 b. Pre-molded asphalt board filler: ASTM D545. 1 c. Install the required size and uniform thickness and as specified in Drawings. 2 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 3 mixture of asphalt and vegetable fiber and/or mineral filler. 4 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION 11 A. Surface Preparation 12 1. Excavation: Excavation required for the construction of sidewalks, driveways and 13 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 14 established by the City. 15 2. Fine Grading 16 a. The Contractor shall do all necessary filling, leveling and fine grading required 17 to bring the subgrade to the exact grades specified and compacted to at least 90 18 percent of maximum density as determined by ASTM D698. 19 b. Moisture content shall be within minus 2 to plus 4 of optimum. 20 c. Any over-excavation shall be repaired to the satisfaction of the City. 21 B. Demolition / Removal 22 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 23 3.4 INSTALLATION 24 A. General 25 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 26 2. Sidewalks constructed in driveway approach sections shall have a minimum 27 thickness equal to that of driveway approach or as called for by Drawings and 28 specifications within the limits of the driveway approach. 29 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 30 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 31 The construction of the driveway approach shall include the variable height radius 32 curb in accordance with the Drawings. 33 4. All pedestrian facilities shall comply with provisions of TAS including location, 34 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 35 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 36 separate pay). 37 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 38 position during the depositing of concrete. 39 C. Reinforcement: see Section 32 13 13. 40 D. Concrete Placement: see Section 32 13 13. 41 32 13 20 - 5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 5, 2018 E. Finishing 1 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, 2 even surface. 3 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 4 3. Provide exposed aggregate finish if specified. 5 4. Edge joints and sides shall with suitable tools. 6 F. Joints 7 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 8 using redwood. 9 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 10 foot intervals for 5 foot wide and greater sidewalk. 11 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 12 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 13 Similar material shall be placed around all obstructions protruding into or through 14 sidewalks or driveways. 15 4. All expansion joints shall be 1/2 inch in thickness. 16 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 17 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 18 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 19 marking tool. 20 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 21 G. Barrier Free Ramp 22 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 23 manufactured by StrongGo Industries or approved equal by the City. 24 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 25 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or 26 landing where the pedestrian access route enters the street. 27 3. Locate detectable warning surface so that the edge nearest the curb line is a 28 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 29 curb. 30 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 31 5. Install detectable warning surface according to manufacturer’s instructions. 32 32 13 20 - 6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 5, 2018 3.5 REPAIR/RESTORATION [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 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. 12 32 91 19 - 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 32 91 19 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include but are not necessarily limited to 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Measurement 14 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 15 2. Payment 16 a. The work performed and materials furnished in accordance with this Item and 17 measured as provided under “Measurement” will be paid for at the unit price 18 bid per cubic yard of Topsoil. 19 b. All excavation required by this Item in cut sections shall be measured in 20 accordance with provisions for the various excavation items involved with the 21 provision that excavation will be measured and paid for once, regardless of the 22 manipulations involved. 23 3. The price bid shall include: 24 a. Furnishing Topsoil 25 b. Loading 26 c. Hauling 27 d. Placing 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 ACTION SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] 38 32 91 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 PART 2 - PRODUCTS 1 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2 2.2 MATERIALS 3 A. Topsoil 4 1. Use easily cultivated, fertile topsoil that: 5 a. Is free from objectionable material including subsoil, weeds, clay lumps, non-6 soil materials, roots, stumps or stones larger than 1.5 inches 7 b. Has a high resistance to erosion 8 c. Is able to support plant growth 9 2. Secure topsoil from approved sources. 10 3. Topsoil is subject to testing by the City. 11 4. pH: 5.5 to 8.5. 12 5. Liquid Limit: 50 or less 13 6. Plasticity Index: 20 or less 14 7. Gradation: maximum of 10 percent passing No. 200 sieve 15 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 16 of vegetation 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION [NOT USED] 23 3.4 INSTALLATION 24 A. Finishing of Parkways 25 1. Smoothly shape parkways, shoulders, slopes, and ditches. 26 2. Cut parkways to finish grade prior to the placing of any improvements in or 27 adjacent to the roadway. 28 3. In the event that unsuitable material for parkways is encountered, extend the depth 29 of excavation in the parkways 6 inches and backfill with top soil. 30 4. Make standard parkway grade perpendicular to and draining to the curb line. 31 a. Minimum: 1/4 inch per foot 32 b. Maximum: 4:1 33 c. City may approve variations from these requirements in special cases. 34 5. Whenever the adjacent property is lower than the design curb grade and runoff 35 drains away from the street, the parkway grade must be set level with the top of the 36 curb. 37 6. The design grade from the parkway extends to the back of the walk line. 38 7. From that point (behind the walk), the grade may slope up or down at maximum 39 slope of 4:1. 40 32 91 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 B. Placing of Topsoil 1 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2 2. Place and shape the topsoil as directed. 3 3. Hand rake finish a minimum of 5 feet from all flatwork. 4 4. Tamp the topsoil with a light roller or other suitable equipment. 5 3.5 REPAIR/RESTORATION] [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 END OF SECTION 16 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 32 92 13 - 1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 32 92 13 1 HYDROMULCHING, SEEDING AND SODDING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 6 or as directed. 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 32 91 19 – Topsoil Placement and Finishing of Parkways 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Block Sod Placement 16 a. Measurement 17 1) Measurement for this Item shall be by the square yard of Block Sod placed. 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 square yard of Block Sod placed. 22 c. The price bid shall include: 23 1) Furnishing and placing all sod 24 2) Rolling and tamping 25 3) Watering (until established) 26 4) Disposal of surplus materials 27 2. Seeding 28 a. Measurement 29 1) Measurement for this Item shall be by the square yard of Seed spread. 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 square yard of Seed placed for various installation methods. 34 c. The price bid shall include: 35 1) Furnishing and placing all Seed 36 2) Furnishing and applying water for seed fertilizer 37 3) Slurry and hydraulic mulching 38 4) Fertilizer 39 5) Watering and mowing (until established) 40 6) Disposal of surplus materials 41 3. Mowing 42 a. Measurement 43 32 92 13 - 2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1) Measurement for this Item shall per each. 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under “Measurement” will be paid for at the unit 4 price bid per each. 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 ACTION SUBMITTALS [NOT USED] 8 1.6 INFORMATIONAL SUBMITTALS 9 A. Seed 10 1. Vendors’ certification that seeds meet Texas State seed law including: 11 a. Testing and labeling for pure live seed (PLS) 12 b. Name and type of seed 13 2. All seed shall be tested in a laboratory with certified results presented to the City in 14 writing, prior to planting. 15 3. All seed to be of the previous season's crop and the date on the container shall be 16 within 12 months of the seeding date. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING 21 A. Block Sod 22 1. Protect from exposure to wind, sun and freezing. 23 2. Keep stacked sod moist. 24 B. Seed 25 1. If using native grass or wildflower seed, seed must have been harvested within 100 26 miles of the construction site. 27 2. Each species of seed shall be supplied in a separate, labeled container for 28 acceptance by the City. 29 C. Fertilizer 30 1. Provide fertilizer labeled with the analysis. 31 2. Conform to Texas fertilizer law. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 36 2.2 MATERIALS AND EQUIPMENT 37 A. Materials 38 32 92 13 - 3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. Block Sod 1 a. Sod Varieties (match existing if applicable) 2 1) "Stenotaphrum secundatum" (St. Augustine grass) 3 2) "Cynodon dactylon" (Common Bermudagrass) 4 3) "Buchloe dactyloides" (Buffalograss) 5 4) an approved hybrid of Common Bermudagrass 6 5) or an approved Zoysiagrass 7 b. Sod must contain stolons, leaf blades, rhizomes and roots. 8 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 9 foreign materials and weeds and grasses deleterious to its growth or which 10 might affect its subsistence or hardiness when transplanted. 11 d. Minimum sod thickness: 3/4 inch 12 e. Maximum grass height: 2 inches 13 f. Acceptable growing beds 14 1) St. Augustine grass sod: clay or clay loam topsoil 15 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 16 g. Dimensions 17 1) Machine cut to uniform soil thickness. 18 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 19 handled and rolled without breaking. 20 h. Broken or torn sod or sod with uneven ends shall be rejected. 21 2. Seed 22 a. General 23 1) Plant all seed at rates based on pure live seed (PLS) 24 a) Pure Live Seed (PLS) determined using the formula: 25 (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + 26 Percent Firm or Hard Seed) + 100] 27 2) Availability of Seed 28 a) Substitution of individual seed types due to lack of availability may be 29 permitted by the City at the time of planting. 30 b) Notify the City prior to bidding of difficulties locating certain species. 31 3) Weed seed 32 a) Not exceed ten percent by weight of the total of pure live seed (PLS) 33 and other material in the mixture 34 b) Seed not allowed: 35 (1) Johnsongrass 36 (2) Nutgrass seed 37 4) Harvest seed within 1-year prior to planting 38 b. Non-native Grass Seed 39 1) Plant between April 15 and September 10 40 41 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 42 2) Plant between September 10 and April 15 43 44 Lbs. PLS/Acre Common Name Botanical Name Purity (percent) Germination (percent) 32 92 13 - 4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 220 Rye Grass lolium multiflorum 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 1 c. Native Grass Seed 2 1) Plant between February 1 and October 1. 3 4 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 5 d. Wildflower Seed 6 1) Plant between the following: 7 a) March 5 and May 31 8 b) September 1 and December 1 9 10 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 11 walkway 12 13 e. Temporary Erosion Control Seed 14 1) Consist of the sowing of cool season plant seeds. 15 3. Mulch 16 a. For use with conventional mechanical or hydraulic planting of seed. 17 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 18 (waste products from paper mills or recycled newspaper). 19 c. No growth or germination inhibiting factors. 20 d. No more than ten percent moisture, air dry weight basis. 21 e. Additives: binder in powder form. 22 32 92 13 - 5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 f. Form a strong moisture retaining mat. 1 4. Fertilizer 2 a. Acceptable condition for distribution 3 b. Applied uniformly over the planted area 4 c. Analysis 5 1) 16-20-0 6 2) 16-8-8 7 d. Fertilizer rate: 8 1) Not required for wildflower seeding 9 2) Newly established seeding areas - 100 pounds of nitrogen per acre 10 3) Established seeding areas - 150 pounds of nitrogen per acre 11 5. Topsoil: See Section 32 91 19. 12 6. Water: clean and free of industrial wastes or other substances harmful to the 13 germination of the seed or to the growth of the vegetation. 14 7. Soil Retention Blanket 15 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 16 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 17 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION 24 A. Surface Preparation: clear surface of all material including: 25 1. Stumps, stones, and other objects larger than one inch. 26 2. Roots, brush, wire, stakes, etc. 27 3. Any objects that may interfere with seeding or maintenance. 28 B. Tilling 29 1. Compacted areas: till 1 inch deep 30 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 31 seed/water run-off 32 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 33 3.4 INSTALLATION 34 A. Block Sodding 35 1. General 36 a. Place sod between curb and walk and on terraces that is the same type grass as 37 adjacent grass or existing lawn. 38 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 39 average first freeze in the fall. 40 2. Installation 41 32 92 13 - 6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a. Plant sod specified after the area has been completed to the lines and grades 1 shown on the Drawings with 6 inches of topsoil. 2 b. Use care to retain native soil on the roots of the sod during the process of 3 excavating, hauling and planting. 4 c. Keep sod material moist from the time it is dug until planted. 5 d. Place sod so that the entire area designated for sodding is covered. 6 e. Fill voids left in the solid sodding with additional sod and tamp. 7 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 8 slope. 9 g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the 10 firm earth in areas that may slide due to the height or slope of the surface or 11 nature of the soil. 12 3. Watering and Finishing 13 a. Furnish water as an ancillary cost to Contractor by means of temporary 14 metering / irrigation, water truck or by any other method necessary to achieve 15 an acceptable stand of turf as defined in 3.13.B. 16 b. Thoroughly water sod immediately after planted. 17 c. Water until established. 18 d. Generally, an amount of water that is equal to the average amount of rainfall 19 plus 1/2 inch per week should be applied until accepted. If applicable, plant 20 large areas by irrigation zones to ensure areas are watered as soon as they are 21 planted. 22 B. Seeding 23 1. General 24 a. Seed only those areas indicated on the Drawings and areas disturbed by 25 construction. 26 b. Mark each area to be seeded in the field prior to seeding for City approval. 27 2. Broadcast Seeding 28 a. Broadcast seed in 2 directions at right angles to each other. 29 b. Harrow or rake lightly to cover seed. 30 c. Never cover seed with more soil than twice its diameter. 31 d. For wildflower plantings: 32 1) Scalp existing grasses to 1 inch 33 2) Remove grass clippings, so seed can make contact with the soil. 34 3. Mechanically Seeding (Drilling): 35 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 36 b. All varieties of seed and fertilizer may be distributed at the same time provided 37 that each component is uniformly applied at the specified rate. 38 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 39 drill. 40 d. Drill on the contour of slopes 41 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 42 of the "Cultipacker" type. 43 f. Roll slope areas on the contour. 44 4. Hydromulching 45 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 46 1) Mixture is uniformly suspended to form a homogenous slurry. 47 32 92 13 - 7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2) Mixture forms a blotter-like ground cover impregnated uniformly with 1 grass seed. 2 3) Mixture is applied within 30 minutes after placed in the equipment. 3 b. Placing 4 1) Uniformly distribute in the quantity specified over the areas shown on the 5 Drawings or as directed. 6 5. Fertilizing: uniformly apply fertilizer over seeded area. 7 6. Watering 8 a. Furnish water by means of temporary metering / irrigation, water truck or by 9 any other method necessary to achieve an acceptable stand of turf as defined in 10 3.13.B. 11 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 12 c. Water as direct by the City at least twice daily for 14 days after seeding in such 13 a manner as to prevent washing of the slopes or dislodgement of the seed. 14 d. Water until final acceptance. 15 e. Generally, an amount of water that is equal to the average amount of rainfall 16 plus 1/2 inch per week should be applied until accepted. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE 26 A. Block Sodding 27 1. Water and mow sod until completion and final acceptance of the Project or as 28 directed by the City. 29 2. Sod shall not be considered finally accepted until the sod has started to peg down 30 (roots growing into the soil) and is free from dead blocks of sod. 31 B. Seeding 32 1. Water and mow sod until completion and final acceptance of the Project or as 33 directed by the City. 34 2. Maintain the seeded area until each of the following is achieved: 35 a. Vegetation is evenly distributed 36 b. Vegetation is free from bare areas 37 3. Turf will be accepted once fully established. 38 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 39 cycle performed by the Contractor prior to consideration of acceptance by the 40 City. 41 C. Rejection 42 32 92 13 - 8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. City may reject block sod or seeded area on the basis of weed populations. 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 33 01 30 - 1 SEWER AND MANHOLE TESTING Page 1 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 01 30 1 SEWER AND MANHOLE TESTING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Testing for sanitary sewer pipe and manholes prior to placing in service 6 a. Low Pressure Air Test and Deflection (Mandrel) Test 7 1) Excludes pipe with flow 8 2) Hydrostatic Testing is not allowed. 9 b. Vacuum Testing for sanitary sewer manholes 10 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 11 service it shall be cleaned and tested. 12 3. Pipe testing will include low pressure air test for 60-inch pipe and smaller. 13 4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 14 5. Pipe testing will include deflection (mandrel) test for pipe. 15 6. Hydrostatic testing is not allowed. 16 7. Manhole testing will include vacuum test. 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1 – General Requirements 23 3. Section 03 80 00 – Modifications to Existing Concrete Structures 24 4. Section 33 04 50 – Cleaning of Sewer Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Pipe Testing 28 a. Measurement 29 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 30 completed in place. 31 b. Payment 32 1) The work performed and the materials furnishing in accordance with this 33 Item are subsidiary to the unit price bid per linear foot of sanitary sewer main 34 (pipe) complete in place, and no other compensation will be allowed. 35 2. Manhole Testing 36 a. Measurement 37 1) Measurement for testing manholes shall be per each vacuum test. 38 b. Payment 39 33 01 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1) The work performed and the materials furnished in accordance with this 1 Item shall be paid for at the unit price bid per each vacuum test completed. 2 c. The price bid shall include: 3 1) Mobilization 4 2) Plugs 5 3) Clean-up 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the City prior to delivery. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS 13 A. Test and Evaluation Reports 14 1. All test reports generated during testing (pass and fail) 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Certifications 18 1. Mandrel Equipment 19 a. If requested by City, provide Quality Assurance certification that the equipment 20 used has been designed and manufactured in accordance to the required 21 specifications. 22 2. Joint Testing 23 a. Testing Service - Engage a qualified independent testing agency to perform 24 joint evaluation tests 25 b. Equipment - If requested by City, provide Quality Assurance certification that 26 the equipment used has been designed and manufactured in accordance to the 27 required specifications. 28 33 01 30 - 3 SEWER AND MANHOLE TESTING Page 3 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Low Pressure Air Test (Pipe 60 inch and smaller) 9 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 10 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 11 B. Low Pressure Joint Air Test (Pipe 27 inch or larger) 12 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 13 2. Assemble individual joint tester over each joint from within the pipe. 14 C. Deflection (mandrel) test (Pipe) 15 1. Perform as last work item before final inspection. 16 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 17 3. Materials 18 a. Mandrel used for deflection test 19 1) Use of an uncertified mandrel or a mandrel altered or modified after 20 certification will invalidate the deflection test. 21 2) Mandrel requirements 22 a) Odd number of legs with 9 legs minimum 23 b) Effective length not less than its nominal diameter 24 c) Fabricated of rigid and nonadjustable steel 25 d) Fitted with pulling rings and each end 26 e) Stamped or engraved on some segment other than a runner indicating 27 the following: 28 (1) Pipe material specification 29 (2) Nominal size 30 (3) Mandrel outside diameter (OD) 31 f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. 32 g) Mandrel equipment shall be suitable for the pipe material to prevent 33 damage to the pipe. Consult manufacturer for appropriate mandrel 34 equipment. 35 D. Vacuum test (Manhole) 36 1. Plug lifting holes and exterior joints. 37 2. Plug pipes and stubouts entering the manhole. 38 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 1 is drawn. 2 4. Plug pipes with drop connections beyond drop. 3 5. Place test head inside the frame at the top of the manhole. 4 3.4 INSTALLATION 5 A. Low pressure air test (Pipe 60” Inch and Smaller) 6 1. Install plug with inlet tap. 7 2. Connect air hose to inlet tap and a portable air control source. 8 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 9 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 10 psig. Minimum permissible pressure holding time per diameter per length of pipe 11 is computed from the following equation: 12 13 T = (0.0850*D*K) 14 Q 15 Where: 16 T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig 17 K = 0.000419*D*L, but not less than 1.0 18 D = nominal pipe diameter, inches 19 L = length of pipe being tested (by pipe size), feet 20 Q = 0.0015, cubic feet per minute per square foot of internal surface 21 5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch 22 through 60-inch based on the equation above. 23 24 UNI-B-6, Table 1 25 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe 26 indicated for q = 0.0015 27 1 2 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) 28 29 33 01 30 - 5 SEWER AND MANHOLE TESTING Page 5 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1 6. Stop test if no pressure loss has occurred during the first 25 percent of the 2 calculated testing time. 3 B. Low pressure joint air test (27 Inch or larger pipe) 4 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM 5 C1103 as follows: 6 2. Equipment shall be the product of manufacturers having more than five years of 7 regular production of successful joint testers. Joint tester shall be as manufactured 8 by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 9 3. Follow equipment manufacturer's recommendations when performing tests; only 10 experienced technicians shall perform tests. 11 4. The testing equipment shall be assembled and positioned over the center of the pipe 12 joint and the end element tubes inflated to a maximum of 25 psi. 13 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and 14 pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to 15 testing. 16 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the 17 pressure from 3.5 psig to 2.5 psig. 18 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig 19 is greater than 10 seconds. 20 C. Deflection (mandrel) test (Pipe) 21 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 22 ensure that maximum allowable deflection is not exceeded. 23 2. Maximum percent deflection by pipe size is as follows: 24 25 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 26 D. Vacuum test (Manhole) 27 1. Test manhole prior to coating with epoxy or other material. 28 2. Draw a vacuum of 10 inches of mercury and turn off the pump. 29 3. With the valve closed, read the level vacuum level after the required test time. 30 4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: 31 32 33 01 30 - 6 SEWER AND MANHOLE TESTING Page 6 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1 2 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 3 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 4 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 5 seconds. 40+6(5)=70 seconds) 6 7 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 8 failed the test. 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD QUALITY CONTROL 12 A. Non-Conforming Work 13 1. Low pressure air test (Pipe 60 Inch and smaller) 14 a. Should the air test fail, find and repair leak(s) and retest. 15 2. Low pressure joint air test (Pipe 27 inch or larger) 16 a. 100 percent of all joints shall be field tested, prior to the placement of backfill 17 over the spring line of the pipe, after the pipe has been substantially locked in to 18 place by embedment. If the pipe does not pass the field air test, the joint will be 19 pulled and refitted or rejected and removed from the project. After full 20 placement of backfill and proper compaction, 100% of all joints will be tested 21 again, as the installation progresses. At no time shall pipe installation exceed 22 300 feet beyond the last joint tested. 23 b. No more than 2 percent of the total number of joints failing to meet the 24 requirements of this test shall be field repaired by joint grout injection, or band 25 clamps, or other method. Any joints over 2% requiring field repairs shall be 26 rejected and removed from the project site. Rejected pipe shall be removed 27 from the project. Installation shall be stopped until defective joints are repaired 28 or replaced. 29 3. Should Deflection (mandrel) test (Pipe) 30 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 31 b. Uncover overdeflected pipe. Reinstall if not damaged. 32 c. If damaged, remove and replace. 33 4. Vacuum test (Manhole) 34 33 01 30 - 7 SEWER AND MANHOLE TESTING Page 7 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a. Should the vacuum test fail, repair suspect area and retest. 1 1) External repairs required for leaks at pipe connection to manhole. 2 a) Shall be in accordance with Section 03 80 00. 3 2) Leaks within the manhole structure may be repaired internally or 4 externally. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 14 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 15 33 01 31 - 1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 3, 2016 SECTION 33 01 31 1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 6 sanitary sewer or storm sewer mains 7 2. For sanitary sewer projects all (existing: Pre-CCTV, proposed: Post-CCTV) main 8 shall be inspected. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 33 03 10 – Bypass Pumping of Existing Sewer Systems 16 4. Section 33 04 50 – Cleaning of Sewer Mains 17 5. Section 01 32 16 – Construction Progress Schedule 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Pre-CCTV Inspection 20 1. Measurement 21 a. Measurement for this Item will be by the linear foot of line televised for CCTV 22 Inspection performed prior to any line modification or replacement determined 23 from the distance recorded on the video log. 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under “Measurement” will be paid for at the unit price 27 bid per linear foot for “Pre-CCTV Inspection”. 28 1) Contractor will not be paid for unaccepted video. 29 3. The price bid shall include: 30 a. Mobilization 31 b. Cleaning 32 c. Digital file 33 B. Post-CCTV Inspection 34 1. Measurement 35 a. Measurement for this Item will be by the linear foot of line televised for CCTV 36 Inspection performed following repair or installation determined from the 37 distance recorded on the video log. 38 2. Payment 39 33 01 31 - 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 3, 2016 a. The work performed and materials furnished in accordance with this Item and 1 measured as provided under “Measurement” will be paid for at the unit price 2 bid per linear foot for “Post-CCTV Inspection”. 3 1) Contractor will not be paid for unaccepted video. 4 3. The price bid shall include: 5 a. Mobilization 6 b. Cleaning 7 c. Digital file 8 1.3 REFERENCES 9 A. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. City of Fort Worth Water Department 14 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 15 Program (CCTV Manual). The CCTV Manual is available for download on 16 Buzzsaw. Location: Resources\70 – Inspection Tools\Standard Construction 17 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 18 download on Buzzsaw. Location: Resources\70 – Inspection Tools\Standard 19 Construction. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Sanitary Sewer Lines 23 a. Meet with City of Fort Worth Water Department staff to confirm that the 24 appropriate equipment, software, standard templates, defect codes and defect 25 rankings are being used, if required. 26 2. Storm Sewer Lines 27 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 28 confirm that the appropriate equipment, software, standard templates, defect 29 codes and defect rankings are being used, if required. 30 B. Schedule 31 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 32 per Section 01 32 16. 33 2. Include time for City review (2 weeks minimum – Notification needs to be send out 34 to Project Manager & Field Operation). 35 3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City 36 per Part 1.4 A. 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. 39 B. All submittals shall be approved by the Engineer or the City prior to delivery. 40 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 41 video data per the CCTV Manual. Provide additional copy of video in Windows Media 42 Audio/Video (.wmv) format for City Inspection review. 43 33 01 31 - 3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 3, 2016 D. If inspected with other software provide video data in Windows Media Audio/Video 1 (.wmv) format. Provide CCTV log in EXCEL spread sheet format – The CCTV spread 2 sheet log can be found on Buzzsaw. Location: Resources\70 – Inspection 3 Tools\Standard Construction. 4 E. Inspection Report shall include: 5 1. Asset 6 a. Date 7 b. City 8 c. Address and/or Project Name 9 d. Main Number – GIS ID (If Available) 10 e. Upstream Manhole GIS ID (If Available) 11 f. Downstream Manhole GIS ID (If Available) 12 g. Pipe Diameter 13 h. Material 14 i. Pipe Length 15 j. Mapsco Location Number 16 k. Date Constructed 17 l. Pipe Wall Thickness 18 2. Inspection 19 a. Inspection Number (i.e. 1st,2nd,etc…) 20 b. Crew Number 21 c. Operator Name 22 d. Operator Comments 23 e. Reason for Inspection 24 f. Equipment Number 25 g. Camera Travel Direction (Upstream/Downstream) 26 h. Inspected Length (feet) 27 i. Work Order Number (if required) 28 j. City Project Number (if required) 29 k. City Contract Name 30 l. DOE/TPW Number (if required) 31 m. Consultant Company Name 32 n. Consultant Contact Name 33 o. Consultant Contact Phone Number 34 p. Contractor Company Name 35 q. Contractor Contact Name 36 r. Contractor Contact Phone Number 37 1.6 INFORMATIONAL SUBMITTALS 38 A. Pre-CCTV submittals 39 1. 2 copies of CCTV video results on USB drive 40 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 41 B. Additional information that may be requested by the City 42 1. Listing of cleaning equipment and procedures 43 2. Listing of flow diversion procedures if required 44 3. Listing of CCTV equipment 45 4. Listing of backup and standby equipment 46 33 01 31 - 4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 3, 2016 5. Listing of safety precautions and traffic control measures 1 1.7 CLOSEOUT SUBMITTALS 2 A. Post-CCTV submittals 3 1. 2 copies of CCTV video results on USB drive 4 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to 5 the City Inspector for review prior to scheduling a project final walk through. 6 3. CCTV speadsheet log in EXCEL format – A blank copy of the CCTV spread sheet 7 log can be found on Buzzsaw. Location: Resources\70 – Inspection Tools\Standard 8 Construction 9 4. Construction Plans identifying the line segments that were videoed. Include cover 10 sheet, overall line layout sheet(s), and plan and profile sheet(s). 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 A. Equipment– 18 1. Closed Circuit Television Camera 19 a. The television camera used shall be one specifically designed and constructed 20 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 21 picture of the entire periphery of the pipe. The camera shall be operative in 100 22 percent humidity/submerged conditions. The equipment will provide a view of 23 the pipe ahead of the equipment and of features to the side of the equipment 24 through turning and rotation of the lens. The camera shall be capable of tilting 25 at right angles along the axis of the pipe while panning the camera lens through 26 a full circle about the circumference of the pipe. The lights on the camera shall 27 also be capable of panning 90-degrees to the axis of the pipe. 28 b. The radial view camera must be solid state color and have remote control of the 29 rotational lens. The camera shall be capable of viewing the complete 30 circumference of the pipe and manhole structure, including the cone-section or 31 corbel. The camera lens shall be an auto-iris type with remote controlled 32 manual override. 33 2. Video Capture System 34 a. The video and audio recordings of the sewer inspections shall be made using 35 digital video equipment. A video enhancer may be used in conjunction with, 36 but not in lieu of, the required equipment. The digital recording equipment 37 shall capture sewer inspection on USB drive, with each sewer segment (from 38 upstream manhole to downstream manhole) inspection recorded as an 39 individual file in Windows Media Audio/Video (.wmv) format. City has a right 40 to change the format from .WMV media to .MP4 41 33 01 31 - 5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 3, 2016 b. The system shall be capable of printing pipeline inspection reports with 1 captured images of defects or other related significant visual information on a 2 standard color printer. 3 c. The system shall store digitized color picture images and be saved in digital 4 format on a USB drive. 5 d. The system shall be able to produce data reports to include, at a minimum, all 6 observation points and pertinent data. All data reports shall match the defect 7 severity codes outlined in the City’s CCTV manual. 8 e. Camera footage, date & manhole numbers shall be maintained in real time and 9 shall be displayed on the video monitor as well as the video character 10 generators illuminated footage display at the control console. 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION 15 A. General 16 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 17 plans or City to be used during inspections. Inspections performed using 18 identification numbers other than the plans or from assigned numbers from the City 19 will be rejected. 20 2. Inspection shall not commence until the sewer section to be televised has been 21 completely cleaned in conformance with Section 33 04 50. (Sewer system should 22 be connected to existing sewer system and should be active) 23 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to 24 completion of the following: 25 a. Pipe testing 26 b. All manhole work is complete 27 c. Installation of all lateral services 28 d. Vacuum test of manholes 29 4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. 30 B. Storm Sewer Lines 31 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 32 CCTV equipment and cleaning requirements. 33 3.4 INSPECTION (CCTV) 34 A. General 35 1. Begin inspection immediately after cleaning of the main. 36 2. Move camera through the line in either direction at a moderate rate, stopping when 37 necessary to permit proper documentation of the main’s condition. 38 3. Do not move camera at a speed greater than 30 feet per minute. 39 4. Use manual winches, power winches, TV cable, and power rewinds that do not 40 obstruct the camera view, allowing for proper evaluation. 41 33 01 31 - 6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 6 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 3, 2016 5. During investigation stop camera at each defect along the main. 1 a. Record the nature, location and orientation of the defect or infiltration location 2 as specified in the CCTV Manual. 3 6. Pan and tilt the camera to provide additional detail at: 4 a. Manholes, Include condition of manhole in its entirety and interior corrosion 5 protection (if applicable) (Camera should pan the entire manhole from top as 6 well as while lowering into manhole, also show complete view of invert) 7 b. Service connections, Pan the Camera to get a complete overview of service 8 connection including zooming into service connection Include location (i.e. 3 9 o’clock, 9 o’clock, etc…) 10 c. Joints, Include comment on condition, signs of damage, etc… 11 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 12 joints, obstructions or debris (show as % of pipe diameter). If debris has been 13 found in the pipe during the post-CCTV inspection, additional cleaning is 14 required and pipe shall be re-televised. 15 e. Infiltration/Inflow locations 16 f. Pipe material transitions 17 g. Other locations that do not appear to be typical for normal pipe conditions 18 h. Note locations where camera is underwater and level as a % of pipe diameter. 19 7. Provide accurate distance measurement. 20 a. The meter device is to be accurate to the nearest 1/10 foot. 21 8. CCTV inspections are to be continuous. 22 a. Do not provide a single segment of main on more than 1 USB drive. 23 b. A single segment is defined from manhole to manhole. 24 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 25 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before 26 rehabilitation work. 27 2. If, during inspection, the CCTV will not pass through the entire section of main due 28 to blockage or pipe defect, set up so the inspection can be performed from the 29 opposite manhole. 30 3. Provisions for repairing or replacing the impassable location are addressed in 31 Section 33 31 20, Section 33 31 21 and Section 33 31 22. 32 C. Post-Installation Inspection 33 1. Complete manhole installation before inspection begins. 34 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 35 04 50. 36 D. Documentation of CCTV Inspection 37 1. Sanitary Sewer Lines 38 a. Follow the CCTV Manual (CCTV standard manual supplied by City upon 39 request) for the inspection video, data logging and reporting or Part 1.5 E of 40 this section. 41 2. Storm Sewer Lines 42 a. Provided documentation for video, data logging, and reporting in accordance 43 with City of Fort Worth Transportation/Public Works Department 44 requirements. 45 33 01 31 - 7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 7 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised March 3, 2016 3.5 REPAIR / RESTORATION [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING 6 A. See Section 33 04 50. 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 12 END OF SECTION 13 14 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 15 33 04 40 - 1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 SECTION 33 04 40 1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. General 5 1. Before any newly constructed potable water mains will be permitted to be placed 6 into service in the Fort Worth Water Department’s Water Distribution System, it 7 shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the 8 bacteria count within the water main meets the standards established by the Fort 9 Worth Water Department and the requirements of Chapter 290 of the Texas 10 Administrative Code (TAC) established by the Texas Commission on 11 Environmental Quality (TCEQ). 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 16 Contract 17 2. Division 1 – General Requirements 18 3. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 23 2. Payment 24 a. The work performed and the materials furnished in accordance with this Item 25 are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological 26 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 27 complete in place, and no other compensation will be allowed. 28 1.3 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. American Water Works Association/American (AWWA): 34 a. C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. 35 b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. 36 c. C651, Disinfecting Water Mains. 37 d. C655, Field De-Chlorination. 38 33 04 40 - 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1 1.5 SUBMITTALS 2 A. Submittals 3 For 24-inch and larger water mains, provide the following: 4 1. Cleaning Plan – Prior to the start of construction, submit a water main cleaning plan 5 detailing the methods and schedule, including: 6 a. A detailed description of cleaning procedures 7 b. Pigging entry and exit ports 8 c. Flushing procedures 9 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 10 e. Control of water 11 f. Disposal 12 2. Disinfection Plan – prior to the start of construction submit a disinfection plan 13 including: 14 a. The method mixing and introducing chlorine 15 b. Flushing 16 c. De-chlorination 17 d. Sampling 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 27 2.2 PRODUCT TYPES 28 A. Pigs 29 1. Open cell polyurethane foam body 30 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 31 3. May be wrapped with polyurethane spiral bands 32 4. Abrasives are not permitted, unless expressly approved by the City in writing for 33 the particular application. 34 5. Must pass through a reduction up to 65 percent of the cross sectional area of the 35 nominal pipe diameter 36 33 04 40 - 3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, 1 tees, crosses, wyes, and gate valves. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING 15 A. General 16 1. All water mains shall be cleaned prior to bacteriological testing. 17 a. Pig all 36-inch and smaller water mains. 18 b. Pig or manually sweep 42-inch and larger mains. 19 c. Flushing is only permitted when specially designated in the Drawings, or if 20 pigging is not practical and approved by the City. 21 B. Pigging Method 22 1. If the method of pigging is to be used, prepare the main for the installation and 23 removal of a pig, including: 24 a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, 25 remove cleaning wye covers, etc. 26 b. Where expulsion of the pig is required through a dead-ended conduit: 27 1) Prevent backflow of purged water into the main after passage of the pig. 28 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 29 smaller mains to prevent backwater re-entry into the main. 30 3) Additional excavation of the trench may be performed on mains over 12 31 inches, to prevent backwater re-entry into the main. 32 4) Flush any backflow water that inadvertently enters the main. 33 c. Flush short dead-end pipe sections not swabbed by a pig. 34 d. Once pigging is complete: 35 1) Pigging wyes shall remain in place unless otherwise specified in the 36 Contract Documents. 37 2) Install cleaning wye, blind flanges or mechanical joint plugs. 38 33 04 40 - 4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 3) Plug and place blocking at other openings. 1 4) Backfill 2 5) Complete all appurtenant work necessary to secure the system and proceed 3 with disinfection. 4 C. Flushing Method 5 1. Prepare the main by installing blow-offs at appropriate locations, of sufficient sizes 6 and numbers, and with adequate flushing to achieve a minimum velocity in the 7 main of 2.5 feet per second. 8 a. Minimum blow-off sizes for various main sizes are as follows: 9 1) 4-inch through 8-inch main – ¾-inch blow-off 10 2) 10-inch through 12-inch main – 1-inch blow-off 11 3) 16-inch and greater main – 2-inch blow-off 12 b. Flushing shall be subject to the following limitations: 13 1) Limit the volume of water for flushing to 3 times the volume of the water 14 main. 15 2) Do not unlawfully discharge chlorinated water. 16 3) Do not damage private property. 17 4) Do not create a traffic hazard. 18 c. Once Flushing is complete: 19 1) Corporations stops used for flushing shall be plugged. 20 D. Daily main cleaning 21 1. Wipe joints and then inspect for proper installation. 22 2. Sweep each joint and keep clean during construction. 23 3. Install a temporary plug on all exposed mains at the end of each working day or an 24 extended period of work stoppage. 25 E. Hydrostatic Testing 26 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 27 the following criteria: 28 a. Furnish and install corporations for proper testing of the main. 29 1) Furnish adequate and satisfactory equipment and supplies necessary to 30 make such hydrostatic tests. 31 2) The section of line to be tested shall be gradually filled with water, 32 carefully expelling the air and the specified pressure applied. 33 b. The City will furnish water required for the testing at its nearest City line. 34 c. Expel air from the pipe before applying the required test pressure. 35 d. Test Pressure 36 1) Test pressures should meet the following criteria: 37 a) Not less than 1.25 (187 psi minimum) times the stated working 38 pressure of the pipeline measured at the highest elevation along the test 39 section. 40 b) Not less than 1.5 (225 psi minimum) times the stated working pressure 41 at the lowest elevation of the test section. 42 e. Test Conditions 43 1) Must be at least 2 hour duration 44 2) Add water as necessary to sustain the required test pressure. 45 3) Test fire hydrants to the fire hydrant valve. 46 33 04 40 - 5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 a) Leave the isolation valve on the fire hydrant lead line open during the 1 hydrostatic testing. 2 4) Test service lines to curb stop 3 a) Leave the corporation stop on the service line open during the 4 hydrostatic testing. 5 5) Close isolation valves for air release valves. 6 6) Makeup water must come from a container of fixed 55 gallon container that 7 does not have a water source. 8 f. Measure all water used in the pressure test through an approved meter, or 9 measure the difference in volume within a 55 gallon container. 10 1) Do not test against existing water distribution valves unless expressly 11 provided for in the Drawings, or approved by the City. 12 2) If the City denies approval to test against existing water distribution system 13 valve, then make arrangements to plug and test the pipe at no additional 14 cost. 15 2. Allowable Leakage 16 a. No pipe installation should be accepted if the amount of makeup water is 17 greater than that determined using the following formula: 18 In inch-pound units, 19 L = SD √P 20 148,000 21 22 Where: 23 L = testing allowance (make up water), gallons per hour 24 S = length of pipe tested, ft. 25 D = nominal diameter of pipe, in. 26 P = average test pressure during the hydrostatic test, psi 27 b. For any pipeline that fails to pass hydrostatic test: 28 1) Identify the cause 29 2) Repair the leak 30 3) Restore the trench and surface 31 4) Retest 32 c. All costs associated with repairing the pipeline to pass the hydrostatic test is the 33 sole responsibility of the Contractor and included in the price per linear foot of 34 pipe. 35 d. If the City determines that an existing system valve is responsible for the 36 hydrostatic test to fail, the Contractor shall make provisions to test the pipeline 37 without the use of the system valve. 38 e. There shall be no additional payment to the Contractor if the existing valve is 39 unable to sustain the hydrostatic test and shall be included in the price per linear 40 foot of pipe. 41 F. Disinfection 42 1. General 43 a. Disinfection of the main shall be accomplished by the “continuous feed” 44 method or the “slug” method as determined by the Contractor. 45 b. The free chlorine amounts shown are minimums. The Contractor may require 46 higher rates. 47 1) Calcium hypochlorite granules shall be used as the source of chlorine. 48 c. Continuous Feed Method 49 33 04 40 - 6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 1) Apply water at a constant rate in the newly laid main. 1 a) Use the existing distribution system or other approved source of 2 supply. 3 2) At a point not more than 10 feet downstream from the beginning of the new 4 main, water entering the new main shall receive a dose of chlorine. 5 a) Free chlorine concentration: 50 mg/L minimum, or as required by 6 TCEQ, whichever is greater. 7 b) Chlorine applications shall not cease until the entire conduit is filled 8 with heavily chlorinated water. 9 3) Retain chlorinated water in the main for at least 24 hours. 10 a) Operate valves and hydrants in the section treated in order to disinfect 11 the appurtenances. 12 b) Prevent the flow of chlorinated water into mains in active service. 13 c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, 14 minimum, for the treated water in all portions of the main. 15 4) Flush the heavily chlorinated water from the main and dispose of in a 16 manner and at a location accepted by the City. 17 5) Test the chlorine residual prior to flushing operations. 18 a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the 19 new main until the chlorine residual is less the 4 mg/L. 20 b) The Contractor may choose to evacuate the water into water trucks, or 21 other approved storage facility, and treat the water with Sodium 22 Bisulfate, or another de-chlorination chemical, or method appropriate 23 for potable water and approved by the City until the chlorine residual is 24 reduced to 4 mg/L or less. 25 c) After the specified chlorine residual is obtained, the water may then be 26 discharged into the drainage system or utilized by the Contractor. 27 d. Slug Method 28 1) Water from the existing distribution system or other approved source of 29 supply shall be made to flow at a constant rate in the newly laid main. 30 2) At a point not more than 10 feet downstream from the beginning of the new 31 main, water entering the new main shall receive a dose of chlorine. 32 a) Free chlorine concentration: 100 mg/L minimum, or as required by 33 TCEQ, whichever is greater. 34 b) The chlorine shall be applied continuously and for a sufficient time to 35 develop a solid column or “slug” of chlorinated water that shall expose 36 all interior surfaces to the “slug” for at least 3 hours. 37 3) Operate the fittings and valves as the chlorinated water flows past to 38 disinfect the appurtenances. 39 4) Prevent the flow of chlorinated water into mains in active service. 40 5) Flush the heavily chlorinated water from the main and dispose of in a 41 manner and at a location accepted by the City. 42 6) Upon completion, test the chlorine residual remaining in the main. 43 a) Chlorine levels of 4 mg/l or less should be maintained. 44 2. Contractor Requirements 45 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 46 the disinfection method approved by the City with adequate provisions for 47 sampling. 48 b. Make all necessary taps into the main to accomplish chlorination of a new line, 49 unless otherwise specified in the Contract Documents. 50 33 04 40 - 7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 c. After satisfactory completion of the disinfection operation, as determined by 1 the City, remove surplus pipe at the chlorination and sampling points, plug the 2 remaining pipe, backfill and complete all appurtenant work necessary to secure 3 the main. 4 G. Dechlorination 5 1. General. All chlorinated water shall be de-chlorinated before discharge to the 6 environment. Chemical amounts, as listed in ANSI/AWWA C651: “Disinfecting 7 Water Mains”, shall be used to neutralize the residual chlorine concentrations using 8 de-chlorination procedures listed in ANSI/AWWA C655: “Field De-Chlorination”. 9 De-Chlorination shall continue until chlorine residual is non-detectable. 10 2. Testing. Contractor shall continuously test for the chlorine residual level 11 immediately downstream of the de-chlorination process, during the entire discharge 12 of the chlorinated water. Contractor shall periodically conduct chlorine residual 13 testing and check for possible fish kills at locations where discharged water enters 14 the existing watershed. 15 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the 16 distribution system or any other construction activities: 17 a. The Contract shall immediately alter activities to prevent further fish kills. 18 b. The Contractor shall immediately notify Water Department Field Operations 19 Dispatch. 20 c. The Contractor shall coordinate with City to properly notify TCEQ. 21 d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish 22 kills shall be the responsibility of the Contractor. 23 H. Bacteriological Testing (Water Sampling) 24 1. General 25 a. Notify the City when the main is suitable for sampling. 26 b. The City shall then take water samples from a suitable tap for analysis by the 27 City’s laboratory, unless otherwise specified in the Contract Documents. 28 1) No hose or fire hydrant shall be used in the collection of samples. 29 2. Water Sampling 30 a. Complete microbiological sampling prior to connecting the new main into the 31 existing distribution system in accordance with AWWA C651. 32 b. Collect samples for bacteriological analysis in sterile bottles treated with 33 sodium thiosulfate. 34 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, 35 from the new main. 36 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 37 (or at the next available sampling point beyond 1,000 linear feet as designated 38 by the City), plus 1 set from the end of the line and at least 1 set from each 39 branch. 40 e. If trench water has entered the new main during construction or, if in the 41 opinion of the City, excessive quantities of dirt or debris have entered the new 42 main, obtain bacteriological samples at intervals of approximately 200 linear 43 feet. 44 f. Obtain samples from water that has stood in the new main for at least 16 hours 45 after formal flushing. 46 3. Repetition of Sampling 47 33 04 40 - 8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 a. Unsatisfactory test results require a repeat of the disinfection process and re-1 sampling as required above until a satisfactory sample is obtained. 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 8 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 9 - 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 3, Phase 1 City Project No. 103159 Revised April 2, 2021 SECTION 33 05 10 1 UTILI TY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes :5 1.Excavation, Embedment and Backfill for:6 a.Pressure Applications7 1)Water Distribution or Transmission Main8 2)Wastewater For ce Main9 3)Reclaimed Water Main10 b.Gravity Applications11 1)Wastewater Gravity Mains12 2) Stor m Sewer Pipe and Culverts13 3)Storm Sewer Precast Box and Culverts14 2. Including:15 a.Excavation of all material encountered, including rock and unsuitable materials16 b.Disposal of excess unsuitable material17 c.Site specific trench safety18 d.Pumping and dewatering19 e.Embedment20 f.Concrete encasement for utility lines21 g.Backfill22 h. Compaction23 B.Deviations from this City of Fort Worth Standard Specification24 1. None.25 C.Related Specification Sections include, but are not necessarily limited to:26 1.Division 0 – Bidding Requirements, Contract Forms, and Conditions of the27 Contract28 2.Division 1 – General Requirements29 3.Section 02 41 13 – Selective Site Demolition30 4.Section 02 41 15 – Paving Removal31 5.Section 02 41 14 – Utility Removal/Abandonment32 6.Section 03 30 00 – Cast-in -place Concrete33 7.Section 03 34 13 – Controlled Low Strength Material (CLSM)34 8.Section 31 10 00 – Site Clearing35 9.Section 31 25 00 – Erosion and Sediment Control36 10.Section 33 05 26 – Utility Markers/Lo cators37 11. Section 34 71 13 – Traffic Control38 1.2 PRICE AND PAYMENT PROCEDURES 39 A.Measurement and Payment40 - 2 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 1.Trench Excavation, Embedment and Backfill associated with the installation of an 1 underground utility or excavation2 a. Measurement3 1)This Item is considered subsidiary to the installation of the utility pipe line4 as designated in the Drawings.5 b.Payment6 1)The work performed and the materials furnished in accordance with this7 Item are considered subsidiary to the installation of the utility pipe for the8 type of embedment and backfill as indicated on the plans. No other9 compensation will be allowed.10 2. Imported Embedment or Backfill11 a. Measurement12 1)Measured by the cubic yard as delivered to the site and recorded by truc k13 ticket provided to the City14 b.Payment15 1)Imported fill shall only be paid when using materials for embedment and16 backfill other than those identified in the Drawings . The work performed17 and materials furnished in accordance with pre-bid item and measured as18 provided under “Measurement” will be paid for at the unit price bid per19 cubic yard of “Imported Embedment/Backfill” delivered to the Site for:20 a)Various embedment/backfill materials21 c.The price bid shall include:22 1)Furnishing backfill or embedment as specified by this Specification23 2)Hauling to the site24 3)Placement and compaction of backfill or embedment25 3.Concrete Encasement for Utility Lines26 a. Measurement27 1)Measured by the cubic yard per plan quantity.28 b.Payment29 1)The work performed and materials furnished in accordance with this Item30 and measured as provided under “Measurement” will be paid for at the unit31 price bid per cubic yard of “Concrete Encasement for Utility Lines” per32 plan quantity.33 c.The price bid shall include:34 1)Furnishing, hauling, placing and finishing concrete in accordance with35 Section 03 30 0036 2)Clean-up37 4.Ground Water Control38 a. Measurement39 1)Measurement shall be lump sum when a ground water control plan is40 specifically required by the Contract Documents.41 b.Payment42 1)Payment shall be per the lump sum price bid for “Ground Water Control”43 including:44 a)Submittals45 b)Additional Testing46 c)Ground water control system installation47 d)Ground water control system operations and maintenance48 e)Disposal of water49 Northstar Section 3, Phase 1 City Project No. 103159 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 f)Removal of ground water control system 1 5.Trench Safety2 a. Measurement3 1)Measured per linear foot of excavation for all trenches that require trenc h4 safety in accordance with OSHA excavation safety standards (29 CFR Part5 1926 Subpart P Safety and Health regulations for Construction)6 b.Payment7 1)The work performed and materials furnished in accordance with this Item8 and measured as provided under “Measurement” will be paid for at the unit9 price bid per linear foot of excavation to comply with OSHA excavation10 safety standards (29 CFR Part 1926.650 Subpart P), including, but not11 limited to , all submittals, labor and equipment.12 1.3 REFERENCES 13 A.Definitions14 1.General – Definitio ns used in this section are in accordance with Terminologies15 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise16 noted.17 2.Definitions for trench width, backfill, embedment, initial backfill, pipe zone,18 haunching bedding, springline, pipe zone and foundation are defined as shown in19 the following schematic:20 21 Northstar Section 3, Phase 1 City Project No. 103159 - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 3.Deleterious materials – Harmful materials such as clay lumps, silts and organic 1 material2 4.Excavated Trench Depth – Distance from the surface to the bottom of the bedding3 or the trench foundation4 5.Final Backfill Depth5 a.Unpaved Areas – The depth of the final backfill measured from the top of the6 initial backfill to the surface7 b.Paved Areas – The depth of the final backfill measured from the top of the8 initial backfill to bottom of permanent or temporary pavement repair9 B.Reference Standards10 1.Reference standards cited in this Specification refer to the current reference11 standard published at the time of the latest revision date logged at the end of this12 Specification , unless a date is specifically cited .13 2.ASTM Standards:14 a.ASTM C33 -08 Standard Specifications for Concrete Aggregates15 b.ASTM C88 -05 Soundness of Aggregate by Use of Sodium Sulfate or16 Magnesium Sulfate17 c.ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate18 d.ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and19 Bridge Construction.20 e.ASTM C535-09 Standard Test Method for Resistance to Degradation of Large-21 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine22 f.ASTM D588 – Standard Test method for Mois ture-Density Relations of Soil-23 Cement Mixture24 g.ASTM D698-07 Test Method for Laboratory Compaction Characteristics of25 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)).26 h.ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in27 Place by Sand Cone Method.28 i.ASTM 2487 – 10 Standard Classification of Soils for Engineering Purposes29 (Unified Soil Classification System)30 j.ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers31 and Other Gravity-Flow Applications32 k.ASTM D2922 – Standard Test Methods for Density of Soils and Soil 33 Aggregate in Place by Nuclear Methods (Shallow Depth)34 l.ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in35 place by Nuclear Methods (Shallow Depth)36 m.ASTM D4254 - Standard Test Method for Minimum Index Density and Unit37 Weight of Soils and Calculations of Relative Density38 3.OSHA 39 a.Occupational Safety and Health Administration CFR 29, Part 1926-Safety40 Regulations for Construction, Subpart P - Excavations41 1.4 ADMINISTRATIVE REQUI REMENTS 42 A.Coordination43 1.Utility Co mpany Notification44 a.Notify area utility companies at least 48 hours in advance, excluding weekends45 and holidays , before starting excavation.46 Northstar Section 3, Phase 1 City Project No. 103159 - 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 b.Request the location of buried lines and cables in the vicinity of the proposed 1 work.2 B.Sequencing3 1. Sequence work for eac h section of the pipe installed to complete the embedment4 and backfill placement on the day the pipe foundation is complete.5 2.Sequence work such that proctors are complete in accordance with ASTM D6986 prior to commencement of construction activities.7 1.5 SUBMITTALS 8 A.Submittals shall be in accordance with Section 01 33 00.9 B.All submittals shall be approved by the City prior to construction.10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTA LS 11 A.Shop Drawings12 1.Provide detailed drawings and explanation for ground water and surface water13 control, if required.14 2.Trench Safety Plan in accordance with Occupational Safety and Health15 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P -16 Excavations17 3. Stockpiled excavation and/or backfill material18 a.Provide a description of the storage of the excavated material only if the19 Contract Documents do not allow storage of materials in the right-of-way of the20 easement.21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A.Storage26 1.Within Existing Rights -of-Way (ROW)27 a.Spoil, imported embedment and backfill materials may be stored within28 existing ROW, easements or temporary construction easements, unless29 specifically disallowed in the Contract Documents.30 b.Do not block drainage ways , inlets or driveways.31 c.Provide erosion control in accordance with Section 31 25 00.32 d.Store materials only in areas barricaded as provided in the traffic control plans.33 e.In non-paved areas , do not store material on the root zone of any trees or in34 landscaped areas.35 2.Designated Storage Areas36 a.If the Contract Documents do not allow the storage of spoils, embedment or37 backfill materials within the ROW, easement or temporary construction38 easement, then secure and maintain an adequate storage location.39 b.Provide an affidavit that rights have been secured to store the materials on40 private property.41 c.Provide erosion control in accordance with Section 31 25 00.42 Northstar Section 3, Phase 1 City Project No. 103159 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 d.Do not block drainage ways .1 e.Only materials used for 1 working day will be allowed to be stored in the work2 zone.3 B.Deliveries and haul-off - Coordinate all deliveries and haul-off.4 1.11 FIELD [SITE] CONDITIONS 5 A.Existing Conditions6 1.Any data which has been or may be provided on subsurface conditions is not7 intended as a representation or war ranty of accuracy or continuity between soils . It8 is expressly understood that neither the City nor the Engineer will be responsible9 for interpretations or conclusions drawn there from by the Contractor .10 2.Data is made available for the convenience of the Contractor.11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [OR ] OWNER -SUPPLIED PRODUCTS 14 2.2 MATERIALS 15 A.Materials16 1.Utility Sand17 a.Granular and free flowing18 b.Generally meets or exceeds the limits on deleterious substances per Table 1 for19 fine a ggregate according to AS TM C 3320 c.Reasonably free of organic material21 d. Gradation: sand material consisting of durable particles, free of thin or22 elongated pieces, lumps of clay, loam or vegetable matter and meets the23 following gradation may be used for utility sand embedment/backfill24 25 Sieve Size Percent Retained ½” 0 ¼” 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 26 e.The City has a pre-approved list of sand sources for utility embedment. The27 pre-approved list can be found on the City website, Project Resources page.28 The utility sand sources in the pre-approved list have demonstrated continued29 quality and uniformity on City of Fort Worth projects. Sand from these sources30 are pre-approved for use on City projects without project specific testing.31 2.Crushed Rock32 a.Durable crushed rock or recycled concrete33 b.Meets the gradation of ASTM D448 size numbers 56, 57 or 6734 Northstar Section 3, Phase 1 City Project No. 103159 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 c.May be unwashed1 d.Free from significant silt clay or unsuitable materials2 e.Perc entage of wear not more than 40 percent per ASTM C131 or C5353 f.Not more than a 12 percent maximum loss when subjective to 5 cycles of4 sodium sulfate soundness per ASTM C885 3.Fine Crushed Rock6 a.Durable crushed rock7 b.Meets the gradation of ASTM D448 size numbers 8 or 898 c.May be unwashed9 d.Free from significant silt clay or unsuitable materials.10 e.Have a per centage of wear not more than 40 percent per ASTM C131 or C53511 f.Not more than a 12 percent maximum loss when subjective to 5 cycles of12 sodium sulfate soundness per ASTM C8813 4.Ballast Stone14 a.Stone ranging from 3 inches to 6 inches in greatest dimension.15 b.May be unwashed16 c.Free from significant silt clay or unsuitable materials17 d.Percentage of wear not more than 40 percent per ASTM C131 or C53518 e.Not more than a 12 percent maximum loss when subjected to 5 cycles of19 sodium sulfate soundness per ASTM C8820 5.Acceptable Backfill Material21 a.In-situ or imported soils classified as CL, CH, SC or GC in accordance with22 ASTM D248723 b.Free from deleterious materials, boulders over 6 inches in size and organics24 c.Can be placed free from voids25 d.Must have 20 percent passing the number 200 sieve26 6.Blended Backfill Material27 a.In-situ soils c lassified as SP, SM, GP or GM in accordance with ASTM D248728 b.Blended with in-situ or imported acceptable backfill material to meet the29 requirements of an Acceptable Backfill Material30 c.Free from deleterious materials, boulders over 6 inches in size and organics31 d.Must have 20 percent passing the number 200 sieve32 7.Unacceptable Backfill Material33 a.In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM34 D248735 8.Select Fill36 a.Classified as SC or CL in accordance with ASTM D248737 b.Liquid limit less than 3538 c.Plasticity index between 8 and 2039 9.Cement Stabilized Sand (CSS)40 a. Sand41 1)Shall be clean, durable sand meeting grading requirements for fine42 aggregates of ASTM C33 and the following requirements:43 a)Classified as SW, SP, or SM by the United Soil Classification System44 of ASTM D248745 b)Deleterious materials46 (1)Clay lumps, ASTM C142, less than 0.5 percent47 (2)Lightweight pieces, ASTM C123, less than 5.0 percent48 Northstar Section 3, Phase 1 City Project No. 103159 - 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 (3)Organic impurities, ASTM C40, color no darker than standard 1 color2 (4)Plasticity ind ex of 4 or less when tested in accordance with ASTM3 D4318.4 b.Minimum of 4 percent cement content of Type I/II portland cement5 c.Water6 1)Potable water, free of soils, acids, alkalis, organic matter or other7 deleterious substances, meeting requirements of ASTM C948 d.Mix in a stationary pug mill, weigh-batch or continuous mixing plant.9 e.Strength10 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM11 D1633, Method A 12 2)200 to 250 psi compressive strength at 28 days in accordance with ASTM13 D1633, Method A 14 3)The maximum compressive strength in 7 days shall be 400 psi. Backfill 15 that exceeds the maximum compressive strength shall be removed by the16 Contractor for no additional compensation.17 f.Random samples of delivered product will be taken in the field at point of18 delivery for each day of placement in the work area. Specimens will be prepared19 in accordance with ASTM D1632.20 10.Controlled Low Strength Material (CLSM)21 a.Conform to Section 03 34 1322 11. Trench Geotextile Fabric23 a.Soils other than ML or OH in accordance with ASTM D248724 1)Needle punch, nonwoven geotextile composed of polypropylene fibers25 2)Fibers shall retain their relative position26 3)Inert to biological degradation27 4)Resist naturally occurring chemicals28 5)UV Resistant29 6)Mirafi 140N by Tencate, or approved equal30 b.Soils Classified a s ML or OH in accordance with ASTM D248731 1)High -tenac ity monofilament polypropylene woven yarn32 2)Percent open area of 8 percent to10 percent33 3)Fibers shall retain their relative position34 4)Inert to biological degradation35 5)Resist naturally occurring chemicals36 6)UV Res istant37 7)Mirafi FW402 by Tencate, or approved equal38 12.Concrete Encasement39 a.Conform to Section 03 30 00.40 Northstar Section 3, Phase 1 City Project No. 103159 - 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION 5 A.Verification of Conditions6 1.Review all known, identified or marked utilities, whether public or private, prior to7 excavation.8 2.Locate and protect all known, identified and marked utilities or underground9 facilities as excavation progresses.10 3.Notify all utility owners with in the project limits 48 hours prior to beginning11 excavation.12 4.The information and data shown in the Drawing s with respect to utilities is13 approximate and based on record information or on physical appurtenances14 observed within the project limits .15 5. Coordinate with the Owner(s) of underground facilities .16 6.Immediately notify any utility owner of damages to underground facilities resulting17 from construction activities.18 7.Repair any damages resulting from the construction activities.19 B.Notify the City immediately of any changed condition that impacts excavation and20 installation of the proposed utility.21 3.3 PREPARATION 22 A.Protection of In-Place Conditions23 1.Pavement24 a.Conduct activities in such a way that does not damage existing pavement that is25 designated to remain.26 1)Where desired to move equipment not licensed for operation on public27 roads or across pavement, provide means to protect the pavement from all 28 damage.29 b.Repair or replace any pavement damaged due to the negligence of the30 contractor outside the limits designated for pavement removal at no additional 31 cost to the City.32 2.Drainage33 a.Maintain positive drainage during construction and re-establish drainage for all 34 swales and culverts affected by construction.35 3.Trees36 a.When operating outside of existing ROW, stake permanent and temporary37 construction easements.38 b.Restrict all construction activities to the designated easements and ROW.39 c.Flag and protect all trees designated to remain in accordance with Section 31 1040 00.41 Northstar Section 3, Phase 1 City Project No. 103159 - 10 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 d.Conduct excavation, embedment and backfill in a manner such that there is no 1 damage to the tree canopy.2 e.Prune or trim tree limbs as specifically allowed by the Drawings or as3 specifically allow ed by the City .4 1)Pruning or trimming may only be accomplished with equipments5 specifically designed for tree pruning or trimming.6 f.Remove trees specifically designated to be removed in the Drawings in7 accordance with Section 31 10 00.8 4. Above ground Structures9 a.Protect all above ground structures adjacent to the construction.10 b.Remove above ground structures designated for removal in the Drawings in11 accordance with Section 02 41 1312 5.Traffic13 a.Maintain existing traffic, ex cept as modified by the traffic control plan, and in14 accordance with Section 34 71 13.15 b.Do not block access to driveways or alleys for extended periods of time unless:16 1)Alter native access has been provided17 2)Proper notification has been provided to the property owner or resident18 3) It is specifically allowed in the traffic control plan19 c.Use traffic rated plates to maintain access until access is restored. 20 6.Traffic Signal – Poles, Mast Arms, Pull boxes, Detector loops21 a.Notify the City’s Transportation Management Division a minimum of 48 hours22 prior to any excavation that could impact the operations of an existing traffic23 signal.24 b.Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets , conduit25 and detector loops.26 c.Immediately notify the City ’s Transportation Management Division if any27 damage occurs to any component of the traffic signal due to the contractors28 activities.29 d.Repair any damage to the traffic signal poles, mast arms , pull boxes, traffic30 cabinets , conduit and detector loops as a result of the construction activities.31 7.Fences32 a.Protect all fences designated to remain.33 b.Leave fence in the equal or better condition as prior to construction.34 3.4 INSTALLATION 35 A.Excavation36 1.Excavate to a depth indicated on the Drawing s.37 2.Trench excavations are defined as unclassified. No additional payment shall be38 granted for rock or other in-situ materials encountered in the trench.39 3.Excavate to a width sufficient for laying the pipe in accordance with the Drawings40 and bracing in accordance with the Excavation Safety Plan.41 4.The bottom of the excavation shall be firm and free from standing water.42 a.Notify the City immediately if the water and/or the in -situ soils do not provide43 for a firm trench bottom.44 b.The City will determine if any changes are required in the pipe foundation or45 bedding.46 Northstar Section 3, Phase 1 City Project No. 103159 - 11 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 5.Unless otherwise permitted by the Drawings or by the City, the limits of the1 excavation shall not advance beyond the pipe placement so that the trench may be2 backfilled in the same day.3 6.Over Excavation4 a.Fill over excavated areas with the specified bedding material as specified for5 the specific pipe to be installed.6 b.No additional payment will be made for over excavation or additional bedding7 material.8 7.Unacceptable Backfill Materials9 a.In-situ soils classified as unacceptable backfill material shall be separated from10 acceptable backfill materials .11 b.If the unacceptable backfill material is to be blended in accordance with this12 Specification , then store material in a suitable location until the material is13 blended.14 c.Remove all unacceptable material from the project site that is not intended to be15 blended or modified.16 8. Rock – No additional compensation will be paid for rock excavation or other17 changed field conditions.18 B.Shoring, Sheeting and Bracing19 1.Engage a Licensed Professional Engineer in the State of Texas to design a site20 specific excavation safety system in accordance with Federal and State21 requirements .22 2.Excavation protection systems shall be designed according to the space limitations23 as indicated in the Drawings.24 3.Furnish, put in place and maintain a trench safety system in accordance with the25 Excavation Safety Plan and required by Federal, State or local safety requirements.26 4.If soil or water conditions are encountered that are not addressed by the current27 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of28 Texas to modify the Excavation Safety Plan and provide a revised submittal to the29 City.30 5.Do not allow soil, or water containing soil, to migrate through the Excavation31 Safety System in sufficient quantities to adversely affect the suitability of the32 Excavation Protection System. Movable bracing, shoring plates or trench boxes33 used to support the sides of the trench excavation shall not:34 a.Disturb the embedment located in the pipe zone or lower35 b.Alter the pipe’s line and grade after the Excavation Protection System is36 removed37 c.Compromise the compaction of the embedment located below the spring line of38 the pipe and in the haunching39 C.Water Control40 1.Surface Water41 a.Furnish all materials and equip ment and perform all incidental work required to42 direct surface water away from the excavation.43 2.Ground Water44 a.Furnish all materials and equipment to dewater ground water by a method45 which preserves the undisturbed state of the subgrade soils .46 b.Do not allow the pipe to be submerged within 24 hours after placement.47 Northstar Section 3, Phase 1 City Project No. 103159 - 12 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 c.Do not allow water to flow over concrete until it has sufficiently cured. 1 d.Engage a Licensed Engineer in the State of Texas to prepare a Ground Water2 Control Plan if any of the following conditions are encountered:3 1)A Ground Water Control Plan is specifically required by the Contract4 Documents5 2)If in the sole judgment of the City, ground water is so severe that an6 Engineered Ground Water Control Plan is required to protect the trench or7 the installation of the pipe which may include:8 a)Ground water levels in the trench are unable to be maintained below9 the top of the bedding10 b)A firm trench bottom cannot be maintained due to ground water11 c)Ground water entering the excavation undermines the stability of the12 excavation.13 d)Ground water entering the excavation is transporting unacceptable14 quantities of soils through the Excavation Safety System.15 e.In the event that there is no bid item for a Ground Water Control and the City16 requires an Engineered Ground Water Control Plan due to conditions discovered17 at the site, the contractor will be eligible to submit a change order.18 f.Control of ground water shall be considered subsidiary to the excavation when:19 1)No Ground Water Control Plan is specifically identified and required in the20 Contract Documents21 g.Ground Water Control Plan installation, operation and maintenance22 1)Furnish all materials and equipment necessary to implement, operate and23 maintain the Ground Water Control Plan.24 2)Once the excavation is complete, remove all ground water control 25 equipment not called to be incorporated into the work.26 h.Water Disposal27 1)Dispose of ground water in accordance with City policy or Ordinance.28 2)Do not discharge ground water onto or across private property without29 written permission.30 3) Permission from the City is required prior to disposal into the Sanitary31 Sewer.32 4)Disposal shall not violate any Federal, State or local regulations.33 D.Embedment and Pipe Placement34 1.Water Lines less than, or equal to, 12 inches in diameter:35 a.The entire embedment zone shall be of uniform material.36 b.Utility s and shall be generally used for embedment.37 c.If ground water is in sufficient quantity to cause sand to pump, then use38 crushed rock as embedment.39 1)If crushed rock is not specifically identified in the Contract Documents,40 then crushed rock shall be paid by the pre-bid unit price.41 d.Place evenly spread bedding material on a firm trench bottom.42 e.Provide firm, uniform bedding.43 f.Place pipe on the bedding in accordance with the alignment of the Drawings.44 g. In no case shall the top of the pipe be less than 42 inches from the surface of the45 proposed grade, unless specifically called for in the Drawings.46 h.Place embedment, including initial backfill, to a minimum of 6 inches , but not47 more than 12 inches , above the pipe.48 Northstar Section 3, Phase 1 City Project No. 103159 - 13 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 i.Where gate valves are present, the initial backfill shall extend to 6 inches above 1 the elevation of the valve nut.2 j.Form all blocking against undisturbed trench wall to the dimensions in the3 Drawings.4 k. Compact embedment and initial backfill.5 l.Place marker tape on top of the initial trench backfill in accordance with6 Section 33 05 26.7 2.Water Lines 16-inches through 24-inches in diameter :8 a.The entire embedment zone shall be of uniform material.9 b.Utility s and may be used for embedment when the excavated trench depth is10 less than 15 feet deep.11 c.Crushed rock or fine c rushed rock shall be used for embedment for excavated12 trench depths 15 feet, or greater .13 d.Crushed rock shall be used for embedment for steel pipe.14 e.Provide trench geotextile fabric at any location where crushed rock or fine15 crushed rock come into contact with utility sand16 f.Place evenly spread bedding material on a firm trench bottom.17 g.Provide firm, uniform bedding.18 1)Additional bedding may be required if ground water is present in the19 trench.20 2)If additional crushed rock is required not specifically identified in the21 Contract Documents, then crushed rock shall be paid by the pre-bid unit22 price.23 h.Place pipe on the bedding according to the alignment shown on the Drawings.24 i.The pipe line shall be within:25 1)±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 26 lines27 j.Place and compact embedment material to adequately support haunches in28 accordance with the pipe manufacturer’s recommendations.29 k.Place remaining embedment including initial backfill to a minimum of 6 inches,30 but not more than 12 inches, above the pipe.31 l.Where gate valves are present, the initial backfill shall extend to up to the valve32 nut.33 m.Compact the embedment and initial backfill to 95 percent Standard Proctor 34 ASTM D 698.35 n.Density test performed by a commercial testing firm approved by the City to36 verify that the compaction of embedment meets requirements.37 o.Place trench geotextile fabric on top of the initial backfill.38 p.Place marker tape on top of the trench geotextile fabric in accordance with39 Section 33 05 26.40 3.Water Lines 30-inches and greater in diameter41 a.The entire embedment zone shall be of uniform material.42 b. Crushed rock shall be used for embedment.43 c.Provide trench geotextile fabric at any location where crushed rock or fine44 crushed rock come into contact with utility sand.45 d.Place evenly spread bedding material on a firm trench bottom.46 e.Provide firm, uniform bedding.47 1)Additional bedding may be required if ground water is present in the48 trench.49 Northstar Section 3, Phase 1 City Project No. 103159 - 14 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 2)If additional crushed rock is required which is not specifically identified in1 the Contract Documents, then crushed rock shall be paid by the pre-bid unit2 price.3 f.Place pipe on the bedding according to the alignment shown on the Drawings.4 g.The pipe line shall be within:5 1)±1 inch of the elevation on the Drawings for 30-inch and larger water lines6 h.Place and compact embedment material to adequately support haunches in7 accordance with the pipe manufacturer’s recommendations.8 i.For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 9 not exceed the spring line prior to compaction.10 j.Place remaining embedment, including initial backfill, to a minimum of 611 inches, but not more than 12 inches, above the pipe.12 k.Where gate valves are present, the initial backfill shall extend to up to the valve13 nut.14 l.Compact the embedment and initial backfill to 95 percent Standard Proctor 15 ASTM D 698.16 m.Density test may be performed by a commercial testing firm approved by the17 City to verify that the compaction of embedment meets requirements.18 n.Place trench geotextile fabric on top of the initial backfill.19 o.Place marker tape on top of the trench geotextile fabric in accordance with20 Section 33 05 26.21 4.Sanitary Sewer Lines and Storm Sewer Lines (HDPE)22 a.The entire embedment zone shall be of uniform material.23 b.Crushed rock shall be used for embedment.24 c.Pla ce evenly spread bedding material on a firm trench bottom.25 d.Spread bedding so that lines and grades are maintained and that there are no26 sags in the sanitary sewer pipe line.27 e.Provide firm, uniform bedding.28 1)Additional bedding may be required if ground water is present in the29 trench.30 2)If additional crushed rock is required which is not specifically identified in31 the Contract Documents, then crushed rock shall be paid by the pre-bid unit32 price.33 f.Place pipe on the bedding according to the alignment shown in the Drawings.34 g.The pipe line shall be within ±0.1 inches of the elevation, and be consistent35 with the grade shown on the Drawings.36 h.Place and compact embedment material to adequately support haunches in37 accordance with the pipe manufacturer’s recommendations .38 i.For sewer lines greater than 30 inches in diameter, the embedment lift shall not39 exceed the spring line prior to compaction.40 j.Place remaining embedment including initial backfill to a minimum of 6 inches,41 but not more than 12 inches , above the pipe.42 k.Compact the embedment and initial backfill to 95 percent Standard Proctor 43 ASTM D 698.44 l.Density test may be performed by a commercial testing firm approved by the45 City to verify that the compaction of embedment meets requirements.46 m.Place trench geotextile fabric on top of the initial backfill.47 n.Place marker tape on top of the trench geotextile fabric in accordance with48 Section 33 05 26.49 Northstar Section 3, Phase 1 City Project No. 103159 - 15 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 5.Storm Sewer (RCP)1 a. The bedding and the pipe zone up to the spring line shall be of uniform2 material.3 b.Crushed rock shall be used for embedment up to the spring line.4 c.The specified backfill material may be used above the spring line.5 d.Place evenly spread bedding material on a firm trench bottom.6 e.Spread bedding so that lines and grades are maintained and that there are no7 sags in the storm sewer pipe line.8 f.Provide firm, uniform bedding.9 1)Additional bedding may be required if ground water is present in the10 trench.11 2)If additional crushed rock is required which is not specifically identified in12 the Contract Documents, then crushed rock shall be paid by the pre-bid unit13 price.14 g.Place pipe on the bedding according to the alignment of the Drawing s.15 h.The pipe line shall be within ±0.1 inches of the elevation, and be consistent16 with the grade, shown on the Drawing s.17 i.Place embedment material up to the spring line.18 1)Place embedment to ensure that adequate support is obtained in the haunch.19 j.Compact the embedment and initial backfill to 95 percent Standard Proctor 20 ASTM D 698.21 k.Density test may be performed by a commercial testing firm approved by the22 City to verify that the compaction of embedment meets requirements.23 l.Place trench geotextile fabric on top of pipe and crushed rock.24 6.Storm Sewer (PP - Polypropylene)25 a.The entire embedment zone shall be of uniform material.26 b.Crushed rock shall be used for embedment up to top of pipe.27 c.Place evenly spread bedding material on a firm trench bottom.28 d.Spread bedding so that lines and grades are maintained and that there are no sags29 in the storm sewer pipe line.30 e.Provide firm, uniform bedding.31 1)Additional bedding may be required if ground water is present in the32 trench.33 2)If additional crushed rock is required which is not specifically34 identified in the Contract Documents, then crushed rock shall be paid35 by the pre-bid unit price.36 f.Place pipe on the bedding according to the alignment shown in the Drawings.37 g.The pipe line shall be within ±0.1 inches of the elevation, and be consistent with38 the grade shown on the Drawings.39 h.Place and compact embedment material to adequately support haunches in40 accordance with the pipe manufacturer’s recommendations. 41 i.Compact the embedment and initial backfill to 95 percent Standard Proctor 42 ASTM D 698.43 j.Density test may be performed by City to verify that the compaction of44 embedment meets requirements.45 k.Place trench geotextile fabric on top of the initial backfill.46 7.Storm Sewer Reinforced Concrete Box47 a.Crushed rock shall be used for bedding.48 b.The pipe zone and the initial backfill shall be:49 Northstar Section 3, Phase 1 City Project No. 103159 - 16 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 1)Crushed rock, or1 2)Acceptable backfill material compacted to 95 percent Standard Proctor2 density3 c.Place evenly spread compacted bedding material on a firm trench bottom.4 d.Spread bedding so that lines and grades are maintained and that there are no5 sags in the storm sewer pipe line.6 e.Provide firm, uniform bedding.7 1)Additional bedding may be required if ground water is present in the8 trench.9 2)If additional crushed rock is required which is not specifically identified in10 the Contract Documents, then crushed rock shall be paid by the pre-bid unit11 price.12 f.Fill the annular space between multiple boxes with crushed rock, CLSM13 according to 03 34 13.14 g.Place pipe on the bedding according to the alignment of the Drawing s.15 h.The pipe shall be within ±0.1 inches of the elevation, and be consistent with the16 grade, shown on the Drawings.17 i.Compact the embedment initial backfill to 95 percent Standard Proctor ASTM18 D698.19 8.Water Services (Less than 2 Inches in Diameter)20 a.The entire embedment zone shall be of uniform material.21 b.Utility s and shall be generally used for embedment.22 c.Place evenly spread bedding material on a firm trench bottom.23 d.Provide firm, uniform bedding.24 e.Place pipe on the bedding according to the alignment of the Plans.25 f.Compact the initial backfill to 95 percent Standard Proctor ASTM D698.26 9.Sanitary Sewer Services27 a.The entire embedment zone shall be of uniform material.28 b.Crushed rock shall be used for embedment.29 c.Place evenly spread bedding material on a firm trench bottom.30 d.Spread bedding so that lines and grades are maintained and that there are no31 sags in the sanitary sewer pipe line.32 e.Provide firm, uniform bedding.33 1)Additional bedding may be required if ground water is present in the34 trench.35 2)If additional crushed rock is required which is not specifically identified in36 the Contract Documents, then crushed rock shall be paid by the pre-bid unit37 price.38 f.Place pipe on the bedding according to the alignment of the Drawings.39 g.Place remaining embedment, including initial backfill, to a minimum of 640 inches, but not more than 12 inches, above the pipe.41 h.Compact the initial backfill to 95 percent Standard Proctor ASTM D698.42 i.Density test may be required to verify that the compaction meets the density43 requirements.44 E.Trench Backfill45 1.At a minimum, place backfill in such a manner that the required in-place density46 and moisture content is obtained, and so that there will be no damage to the surface,47 pavement or structures due to any trench settlement or trench movement.48 Northstar Section 3, Phase 1 City Project No. 103159 - 17 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 a.Meeting the requirement herein does not relieve the responsibility to damages 1 associated with the Work.2 2.Backfill Material3 a.Fin al b ackfill (not under existing pavement or future pavement)4 1) Backfill with :5 a)Acceptable backfill material6 b) Blended backfill material, or7 c)Select backfill material, CSS, or CLSM when specifically required8 b.Fin al backfill depth 15 feet or greater (under existing or future pavement)9 1)Backfill depth from 0 to15 feet deep10 a)Backfill with :11 (1)Acceptable backfill material12 (2) Blended backfill material, or13 (3)Select backfill material, CSS, or CLSM when specifically required14 2)Backfill depth from 15 feet and greater15 a)Backfill with:16 (1)Select Fill17 (2)CSS , or18 (3)CLSM when specifically required19 b) 20 c.Backfill for service lines:21 1)Backfill for water or sewer service lines shall be the same as the22 requirement of the main that the service is connected to.23 3. Required Compaction and Densit y24 a.Final backfill (depths less than 15 feet/under existing or future pavement)25 1)Compact acceptable backfill mate rial, blended backfill material or select26 backfill t o a minimum of 95 percent Standard Proctor per ASTM D698 at27 moisture content within -2 to +5 percent of the optimum moisture.28 2)CSS or CLSM requires no compaction.29 b.Final b ackfill (depths 15 feet and greater/under existing or future pavement)30 1)Compact select backfill to a minimum of 98 percent Standard Proctor per31 ASTM D 698 at moisture content within -2 to +5 percent of the optimum32 moisture up to the final grade.33 2)CSS or CLSM requires no compaction.34 c.Final backfill (not under existing or future pavement)35 1) Compact acceptable backfill material blended backfill material, or select36 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at37 moisture content within -2 to +5 percent of the optimum moisture.38 4.Saturated Soils39 a.If in-situ soils consistently demonstrate that they are greater than 5 percent over40 optimum moisture content, the soils are considered saturated.41 b.Flooding the trench or water jetting is strictly prohibited.42 c.If saturated soils are identified in the Drawings or Geotechnical Report in the43 Appendix, Contractor shall proceed with Work following all backfill procedures44 outlined in the Drawings for areas of soil saturation greater than 5 percent.45 d.If saturated soils are encountered during Work but not identified in Drawings or46 Geotechnical Report in the Appendix:47 1) T he Contractor shall:48 a)Immediately notify the City.49 Northstar Section 3, Phase 1 City Project No. 103159 - 18 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 b)Submit a Contract Claim for Extra Work associated with direction from 1 City.2 2)The City shall:3 a)Investigate soils and determine if Work can proceed in the identified4 location.5 b)Direct the Contractor of changed backfill procedures associated with6 the saturated soils that may include:7 (1)Imported backfill8 (2)A site specific backfill design9 5.Placement of Backfill10 a.Use only compaction equipment specifically designed for compaction of a11 particular soil type and within the space and depth limitation experienced in the12 trench.13 b.Flooding the trench or water setting is strictly prohibited.14 c.Place in loose lifts not to exceed 12 inches.15 d. Compact to specified densities.16 e.Compact only on top of initial backfill, undisturbed trench or previously17 compacted backfill.18 f.Remove any loose materials due to the movement of any trench box or shoring19 or due to sloughing of the trench wall.20 g.Install appropriate tracking balls for water and sanitary sewer trenches in21 accordance with Section 33 05 26.22 6.Backfill Means and Methods Demonstration23 a.Notify the City in writing with sufficient time for the City to obtain samples24 and perform s tandard proctor test in accordance with ASTM D698.25 b.The results of the standard proctor test must be received prior to beginning26 excavation.27 c.Upon commencing of backfill placement for the project the Contractor sha ll28 demonstrate means and methods to obtain the required densities.29 d.Demonstrate Means and Methods for compaction including:30 1)Depth of lifts for backfill which shall not exceed 12 inches31 2)Method of moisture control for excessively dry or wet backfill32 3)Placement and moving trench box, if used33 4)Compaction techniques in an open trench34 5) Compaction techniques around structure35 e.Provide a testing trench box to provide access to the recently backfilled36 material.37 f.The City will provide a qualified testing lab full time during this period to38 randomly test density and moisture continent.39 1)The testing lab will provide results as available on the job site.40 7.Varying Ground Conditions41 a.Notify the City of varying ground conditions and the need for additional 42 proctors.43 b.Request additional proctors when soil conditions change.44 c.The City may acquire additional proctors at its discretion .45 d.Significant changes in soil conditions will require an additional Means and46 Methods demonstration.47 Northstar Section 3, Phase 1 City Project No. 103159 - 19 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 3.5 REPAIR [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A.Field Tests and Inspections4 1. Proctors5 a. The City will perform Proctors in accordance with ASTM D698.6 b.Test results will generally be available to within 4 calendar days and distributed7 to:8 1) Contractor9 2)City Project Manager10 3)City Inspector11 4) Engineer12 c.Notify the City if the characteristic of the soil changes .13 d.City will perform new p roctors for varying soils :14 1)When indicated in the geotechnical investigation in the Appendix15 2)If notified by the Contractor16 3)At the convenience of the City17 e.Trenches where different soil types are present at different depths, the proctors18 shall be based on the mixture of those soils .19 2.Density Testing of Backfill20 a.Density Tests shall be in conformance with ASTM D2922.21 b.Provide a testing trench protection for trench depths in excess of 5 feet.22 c.Place, move and remove testing trench protection as necessary to facilitate all 23 test conducted by the commercial testing firm approved by the City.24 d.The commercial testing lab will perform moisture/density test for every 200-ft25 or less of trench length, as measured along the length of the pipe. A minimum of26 one test shall be performed for every 2 vertical feet of compacted backfill 27 material, independent of the contractor’s lift thickness for compaction. Test28 locations shall be staggered within each lift so that successive lifts are not tested29 in the same location. A r andom number generator may be used to determine test30 locations. Moisture/density tests shall be performed at a depth not more than 231 feet above the top of the pipe bedding and in 2-foot increments up to the final 32 grade. The project inspector or project manager may request testing at an33 increased frequency and/or at specific locations .34 e.The contractor can proceed with subsequent earthwork only after test results for 35 previously completed work comply with requirements. If the required36 compaction density has not been obtained, the backfill should be scarified and37 moistened or aerated, or removed to a depth required, and be replaced with38 approved backfill, and re-compacted to the specified density at the contractor’s39 expense. In no case will excavation, pipe-laying, or other operation be allowed40 to proceed until the specified compaction is attained.41 f.The testing lab will provide results to Contractor and the City ’s Inspector upon42 completion of the testing.43 g.A formal report will be posted to the City’s Accela (Developer Projects) and44 BIM 360 (City Projects) site within 48 hours .45 h.Test reports shall include:46 1)Location of test by station number47 Northstar Section 3, Phase 1 City Project No. 103159 - 20 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 2)Time and date of test1 3)Depth of testing2 4)Field moisture3 5)Dry density4 6)Proctor identifier5 7)Percent Proctor Density6 3.Density of Embedment7 a.Storm sewer boxes that are embedded with acceptable backfill material,8 blended backfill material, c ement modified backfill material or select materia l9 will follow the same testing procedure as backfill.10 b.The City may test fine crushed rock or crushed rock embedment in accordance11 with ASTM D2922 or ASTM 1556.12 B.Non-Conforming Work13 1.All non -conforming work shall be removed and replaced.14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 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 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 11/09/16 Z.A rega 2.2.A.1.d Modify gradation for sand material 2/26/2021 Z.Arega 2.2 A. 1. E. - Added reference to pre-approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. Northstar Section 3, Phase 1 City Project No. 103159 - 21 UT ILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 20 21 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) 1 Northstar Section 3, Phase 1 City Project No. 103159 33 05 12 - 1 WATER LINE LOWERING Page 1 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 05 12 1 WATER LINE LOWERING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Locations where existing 12-inch or smaller water lines are crossed by a new storm 6 sewer, sanitary sewer or water transmission main and the existing water line is to be 7 lowered under the proposed improvement and no design profile has been provided 8 in the Drawings 9 2. Locations where a new 12-inch or smaller water line is installed and crosses an 10 existing underground conflict which requires the water line to be lowered greater 11 than two feet below the standard depth and has not been detailed in the Drawings 12 3. 16-inch and larger water lines are excluded from this Section and should be 13 specifically designed for lowering and paid for by unit price items 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 18 Contract 19 2. Division 1 – General Requirements 20 3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 21 4. Section 33 05 10 – Utility Trench Excavation, Embedment, and Backfill 22 5. Section 33 11 10 – Ductile Iron Pipe 23 6. Section 33 11 11 – Ductile Fittings 24 7. Section 33 11 12 – Polyvinyl Chloride (PVC) Pressure Pipe 25 8. Section 33 12 25 – Connection to Existing Water Main 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Water Line Lowering 29 a. Measurement 30 1) Measurement for this Item shall be per each by size of each Water Line 31 Lower performed. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item shall be paid for at the unit price bid per each “Water Line Lowering” 35 installed for: 36 a) Various Sizes 37 c. The price bid shall include: 38 1) Furnishing and installing Ductile Iron or PVC Pipe and Ductile Iron 39 Fittings 40 33 05 12 - 2 WATER LINE LOWERING Page 2 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2) Polyethylene encasement 1 3) Paving removal 2 4) Excavation 3 5) Hauling 4 6) Disposal of excess material 5 7) Furnishing and placement of embedment 6 8) Furnishing, placement, and compaction of backfill 7 9) Thrust restraint 8 10) Bolts and nuts 9 11) Gaskets 10 12) Clean-up 11 13) Cleaning 12 14) Disinfection 13 15) Testing 14 16) Connections to the existing water line 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Texas Commission on Environmental Quality (TCEQ) 21 a. Title 30 Texas Administrative Code (TAC) Chapter 290, Public Drinking 22 Water. 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 34 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 35 A. Materials 36 1. Ductile Iron Pipe shall conform to Section 33 11 10. 37 2. Ductile Iron Fittings with retainer glands shall conform to Section 33 11 11. 38 33 05 12 - 3 WATER LINE LOWERING Page 3 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3. Polyvinyl Chloride (PVC) pressure Pipe shall conform to Section 33 11 12. 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Evaluation and Assessment 7 1. Verify elevation of conflict which requires the water line to be relocated. 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. General 11 1. Water lines lowered to resolve conflicts between the water line and a proposed 12 utility shall be lowered to maintain a 2-foot separation between the outside 13 diameters of the water line and the other buried utilities. 14 a. When approved by the Water Department, the separation may be reduced to 12-15 inches. 16 b. No exception shall be granted to the criteria in Article 3.4 B of the Section. 17 B. Water Crossing Sanitary Sewer 18 1. Water lines crossing sanitary sewer shall be in accordance with the TCEQ Title 30 19 TAC Chapter 290. 20 C. Water Lines Crossing under Storm Drains 21 1. Water lines crossing within 2 feet below storm drains shall be constructed of 22 Ductile Iron Pipe in accordance with Section 33 11 10. 23 D. Install Ductile Iron Pipe in accordance with Section 33 11 10. 24 E. Install Ductile Iron Fittings with retainer glands in accordance with Section 33 11 11. 25 F. Install Polyvinyl Chloride (PVC) Pressure Pipe in accordance with Section 33 11 12. 26 G. Disinfect and test at the direction of the City. 27 H. Complete connections to the existing main in accordance with Section 33 12 25. 28 33 05 12 - 4 WATER LINE LOWERING Page 4 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3.5 REPAIR / RESTORATION [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A – Clarification of when Section is applicable 13 33 05 13 - 1 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 1 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 22, 2016 SECTION 33 05 13 1 FRAME, COVER, AND GRADE RINGS – CAST IRON 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary 7 sewer and storm drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 – General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame, cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. ASTM International (ASTM) 29 a. ASTM A48 – Standard Specification for Gray Iron Castings 30 b. ASTM A536 - Standard Specification for Ductile Iron Castings 31 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 32 3. American Association of State Highways and Transportation Officials (AASHTO) 33 a. AASHTO M306 – Standard Specification for Drainage, Sewer, Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. 38 33 05 13 - 2 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 2 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 22, 2016 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 1 fabrication for specials. 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Product Data 4 1. All castings shall be cast with: 5 a. Approved foundry’s name 6 b. Part number 7 c. Country of origin 8 2. Provide manufacturer’s: 9 a. Specifications 10 b. Load tables 11 c. Dimension diagrams 12 d. Anchor details 13 e. Installation instructions 14 B. Certificates 15 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 16 designations. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [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 B. Castings 33 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 34 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 35 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 36 loading with permanent deformation. 37 4. Covers 38 33 05 13 - 3 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 3 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 22, 2016 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 1 frame and cover 2 b. Provide with 2 inch wide pick slots in lieu of pick holes. 3 c. Provide gasket in frame and cover. 4 d. Standard Dimensions 5 1) Sanitary Sewer 6 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 7 cover assemblies unless otherwise specified in the Contract Documents. 8 2) Storm Drain 9 a) Provide a clear opening of 22 1/2 inches for all storm drain frames, 10 inlets and cover assemblies unless otherwise specified in the Contract 11 Documents. 12 b) Provide a minimum clear opening of 30 inches for all storm sewer 13 manholes and junction structures. 14 e. Standard Labels 15 1) Water 16 a) Cast lid with the word “WATER” in 2-inch letters across the lid. 17 2) Sanitary Sewer 18 a) Cast lid with the word “SANITARY SEWER” in 2-inch letters across 19 the lid. 20 3) Storm Drain 21 a) Cast lid with the word “STORM DRAIN” in 2-inch letters across the 22 lid. 23 f. Hinge Covers 24 1) Provide water tight gasket on all hinged covers. 25 2) Water 26 a) Provide hinged covers for all water structures. 27 3) Sanitary Sewer 28 a) Provide hinged covers for all manholes or structures constructed over 29 24-inch sewer lines and larger and for manholes where rim elevations 30 are greater than 12 inches above the surface. 31 C. Grade Rings 32 1. Provide grade rings in sizes from 2-inch up to 8-inch. 33 2. Use concrete in traffic loading areas. 34 3. In non-traffic areas concrete or HDPE can be used. 35 D. Joint Sealant 36 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 37 form. 38 2. Provide sealant that is not dependant on a chemical action for its adhesive 39 properties or cohesive strength. 40 33 05 13 - 4 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 4 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 22, 2016 2.3 ACCESSORIES [NOT USED] 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. Grade Rings 8 1. Place as shown in the water and sanitary sewer City Standard Details. 9 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 10 3. Seal each grade ring with sealant specified in this Specification and as shown on the 11 City Standard Details. 12 B. Frame and Cover 13 1. Water 14 a. For water structures install frame, cover and grade rings in accordance with 15 applicable City Standard Detail. 16 2. Sanitary Sewer 17 a. For sanitary sewer structures install frame, cover and grade rings in accordance 18 with applicable City Standard Detail. 19 3. Storm Drain 20 a. For storm drain structures install frame, cover and grade rings in accordance 21 with applicable City Standard Detail. 22 4. Hinge Cover 23 a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain 24 and where specified on the Drawings. 25 C. Joint Sealing 26 1. Seal frame, grade rings and structure with specified sealant. 27 D. Concrete Collar 28 1. Provide concrete collar around all frame and cover assemblies. 29 33 05 13 - 5 FRAME, COVER, AND GRADE RINGS-CAST IRON Page 5 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 22, 2016 3.5 REPAIR / RESTORATION [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 12 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 13 33 05 16 - 1 CONCRETE WATER VAULTS Page 1 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 05 16 1 CONCRETE WATER VAULTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Concrete vaults to be used in water utility applications 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 03 30 00 – Cast-In-Place Concrete 13 4. Section 03 80 00 – Modifications to Existing Concrete Structures 14 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. This Item is considered subsidiary to Water Meter and Vault. 19 2. Payment 20 a. The work performed and materials furnished in accordance with this Item are 21 subsidiary to the unit price bid per each “Water Meter and Vault” complete in 22 place and no other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. American Association of State Highway and Transportation Officials (AASHTO). 29 3. American Concrete Institute (ACI): 30 a. 350, Code Requirements for Environmental Engineering Concrete Structures 31 and Commentary. 32 4. ASTM International (ASTM): 33 a. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 34 Concrete Reinforcement. 35 b. C857, Standard Practice for Minimum Structural Design Loading for 36 Underground Precast Concrete Utility Structures 37 c. C858, Standard Specification for Underground Precast Concrete Utility 38 Structures 39 33 05 16 - 2 CONCRETE WATER VAULTS Page 2 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 d. C891, Standard Practice for Installation of Underground Precast Concrete 1 Utility Structures. 2 e. C923, Standard Specification for Resilient Connectors Between Reinforced 3 Concrete Manholes Structures, Pipes, and Laterals. 4 5. Occupational Safety and Health Administration (OSHA) 5 a. 1910.23, Guarding Floor and Wall Openings and Holes 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 01 33 00. 9 B. All submittals shall be approved by the City prior to delivery. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A. Product Data 12 1. Precast Concrete Vault 13 2. Connection materials 14 3. Pipe connections at vault walls 15 4. Stubs and stub plugs 16 5. Grade ring 17 6. Ladder 18 7. External coating material 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Qualifications 23 1. Meet the requirements of ACI 318. 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Deliver vault or panels (units) to project site in such quantity to assure continuity of 26 installation. 27 B. Store units at the project site in a manner which prevents cracking, distortion, staining 28 or other physical damage. 29 C. Lift units by designed lifting points or supports. 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY 32 A. Manufacturer Warranty 33 1. Manufacturer’s Warranty shall be in accordance with Division 1. 34 33 05 16 - 3 CONCRETE WATER VAULTS Page 3 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 PART 2 - PRODUCTS 1 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 3 A. Manufacturers 4 1. Only the manufacturers as listed on the City’s Standard Products List will be 5 considered as shown in Section 01 60 00. 6 a. The manufacturer must comply with this Specification and related Sections. 7 2. Any product that is not listed on the Standard Products List is considered a 8 substitution and shall be submitted in accordance with Section 01 25 00. 9 B. Performance / Design Criteria 10 1. Vault 11 a. Vault dimensions per the Drawings 12 b. Opening per the Drawings 13 c. Incorporate a sump into the base or floor of the vault. 14 1) Avoid conflicts with piping. 15 2) Do not locate directly under the access location if applicable. 16 d. Place floor on a minimum 2 percent slope towards the sump. 17 2. Water Pipe Penetrations 18 a. Use adjustable-linked rubber seal devices or grout, as shown in Drawings, to 19 provide seals around pipe penetrations. 20 3. Vault Access 21 a. Cover / Door 22 1) For non-traffic areas – non H-20 loading 30-inch x 36-inch steel single leaf 23 door, Bilco Type J model or approved equal 24 2) For traffic areas – 32-inch hinged ductile iron frame and cover or as shown 25 in manhole lid assembly in Drawings 26 3) With steel door, provide an automatic hold-open arm with release handle 27 and locking device. 28 4) Provide Bilco type fall protection grating under aluminum door that meets 29 OSHA 29 CFR 1910.23 requirements or approved equal. 30 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault 31 lid. 32 b. Ladder 33 1) Provide aluminum ladder by Heron Industries or approved equal. 34 2) Provide ladder to dimensions shown on Drawings. 35 C. Materials 36 1. Concrete for utility construction – Conform to Section 03 30 00. 37 2. Frame and Cover – Conform to Section 33 05 13. 38 3. Grade Ring – Conform to Section 33 05 13 and ASTM C 478. 39 4. Reinforcing Steel – Conform to Section 03 30 00. 40 5. Sewer Pipe Connections – Conform to ASTM C923 or ASTM C1628. 41 6. Adjustable-linked rubber seal devices 42 a. Manufactured by Link-Seal or approved equal 43 7. Interior Coating or Liner – Conform to Section 33 39 60. 44 33 05 16 - 4 CONCRETE WATER VAULTS Page 4 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 8. Exterior Coating 1 a. Coal Tar Bitumastic for below grade damp proofing 2 b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils 3 c. Solids content is 68 percent by volume ± 2 percent. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION 9 A. Evaluation and Assessment 10 1. Verify lines and grades are in accordance to the Drawings. 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. General 14 1. Vault 15 a. Perform installation in accordance to ASTM C891. 16 b. Construct vault to dimensions shown on Drawings. 17 c. Precast Sections 18 1) Clean bell spigot and gaskets 19 a) Lubricate and join 20 2) Minimize number of segments. 21 d. Vault Base 22 1) Place vault base on 6-inch minimum base of compacted crushed rock (per 23 Section 33 05 10) over undisturbed soils and grade level to elevation shown 24 on the Drawings. 25 2. Water Pipe Penetrations 26 a. Install adjustable-linked rubber seal devices around pipe penetrations in 27 accordance with the manufacturer’s recommendation. 28 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. 29 3.5 REPAIR / RESTORATION [NOT USED] 30 3.6 RE-INSTALLATION [NOT USED] 31 3.7 FIELD QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 33 05 16 - 5 CONCRETE WATER VAULTS Page 5 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3.12 PROTECTION [NOT USED] 1 3.13 MAINTENANCE [NOT USED] 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 5 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 6 33 05 17 - 1 CONCRETE COLLARS Page 1 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 05 17 1 CONCRETE COLLARS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Concrete Collars for Manholes 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 03 30 00 – Cast-In-Place Concrete 13 4. Section 03 80 00 – Modifications to Existing Concrete Structures 14 5. Section 33 05 13 – Frame, Cover, and Grade Rings 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Manhole 18 a. Measurement 19 1) Measurement for this Item shall be per each. 20 b. Payment 21 1) The work performed and the materials furnished in accordance with this 22 Item shall be paid for at the unit price bid per each “Concrete Collar” 23 installed. 24 c. The price bid will include: 25 1) Concrete Collar 26 2) Excavation 27 3) Forms 28 4) Reinforcing steel (if required) 29 5) Concrete 30 6) Backfill 31 7) Pavement removal 32 8) Hauling 33 9) Disposal of excess material 34 10) Placement and compaction of backfill 35 11) Clean-up 36 12) Additional pavement around perimeter of concrete collar as required for 37 rim adjustment on existing manhole. 38 39 33 05 17 - 2 CONCRETE COLLARS Page 2 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.3 REFERENCES 1 A. Reference Standards 2 1. Reference standards cited in this Specification refer to the current reference 3 standard published at the time of the latest revision date logged at the end of this 4 Specification, unless a date is specifically cited. 5 2. ASTM International (ASTM): 6 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 7 b. D4259, Standard Practice for Abrading Concrete. 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 19 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 20 A. Materials 21 1. Concrete – Conform to Section 03 30 00. 22 2. Reinforcing Steel – Conform to Section 03 21 00. 23 3. Frame and Cover – Conform to Section 33 05 13. 24 4. Grade Ring – Conform to Section 33 05 13. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION 30 A. Evaluation and Assessment 31 1. Verify lines and grades are in accordance to the Drawings. 32 33 05 17 - 3 CONCRETE COLLARS Page 3 of 3 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3.3 PREPARATION [NOT USED] 1 3.4 INSTALLATION 2 A. Final Rim Elevation 3 1. Install concrete grade rings for height adjustment. 4 a. Construct grade ring on load bearing shoulder of manhole. 5 b. Use sealant between rings as shown on Drawings. 6 2. Set frame on top of manhole or grade rings using continuous water sealant. 7 3. Remove debris, stones and dirt to ensure a watertight seal. 8 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 9 final surface elevation of the manhole frame. 10 3.5 REPAIR / RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 22 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. 23 33 05 30 - 1 LOCATION OF EXISTING UTILITIES Page 1 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 05 30 1 LOCATION OF EXISTING UTILITIES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Locating and verifying the location and elevation of the existing underground 6 utilities that may conflict with a facility proposed for construction by use of: 7 a. Exploratory Excavation 8 b. Vacuum Excavation 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Exploratory Excavation of Existing Utilities 19 a. Measurement 20 1) Measurement for this Item shall be per each excavation performed as 21 identified in the Drawings, or as directed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under “Measurement” will be paid for at the unit 25 price bid per each “Exploratory Excavation for Existing Utilities” specified. 26 c. The price bid shall include: 27 1) Grade survey 28 2) Pavement removal 29 3) Excavation 30 4) Utility Location 31 5) Hauling 32 6) Disposal of excess material 33 7) Furnishing, placing and compaction of embedment 34 8) Furnishing, placing and compaction of backfill 35 9) Clean-up 36 10) Surface restoration 37 2. Vacuum Excavation of Existing Utilities 38 a. Measurement 39 1) Measurement for this Item shall be per each excavation performed as 40 identified in the Drawings, or as directed. 41 b. Payment 42 33 05 30 - 2 LOCATION OF EXISTING UTILITIES Page 2 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 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 each “Vacuum Excavation” specified. 3 c. The price bid shall include: 4 1) Grade survey 5 2) Pavement removal 6 3) Vacuum Excavation 7 4) Utility Location 8 5) Hauling 9 6) Disposal of excess material 10 7) Furnishing, placing and compaction of embedment 11 8) Furnishing, placing and compaction of backfill 12 9) Clean-up 13 10) Surface restoration 14 1.3 REFERENCES 15 A. Definitions 16 1. Exploratory Excavation: Previously called “D-Hole” within the City, a method 17 used to locate existing underground utility as shown on the plans through the use of 18 standard excavation equipment. 19 2. Vacuum Excavation: Method used to locate existing underground utility as shown 20 on the plans through the use of geophysical prospecting equipment such as vacuum 21 excavation. 22 B. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 2. American Society of Civil Engineers (ASCE) 27 a. ASCE Publication CI/ASCE 38 (Standard Guideline for the Collection and 28 Depiction of Existing Subsurface Utility Data) 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Coordination 31 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 32 Exploratory Excavation of Existing Utilities. 33 2. Coordinate location of all other existing utilities within vicinity of excavation prior 34 to commencing Exploratory Excavation. 35 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 36 commencement. 37 B. Sequencing 38 1. Exploratory Excavations shall be conducted prior to the construction of the entire 39 project. 40 C. Scheduling 41 1. For critical utility locations, the City may choose to be present during excavation. 42 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 43 City personnel. 44 33 05 30 - 3 LOCATION OF EXISTING UTILITIES Page 3 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS 3 A. Report of Utility Location 4 1. Horizontal location of utility as surveyed 5 2. Vertical elevation of utility as surveyed 6 a. Top of utility 7 b. Spring line of utility 8 c. Existing ground 9 3. Material type, diameter and description of the condition of existing utility 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION 19 A. Verification of Conditions 20 1. Verify location of existing utilities in accordance with the General Requirements, 21 the General Notes and the Drawings. 22 3.3 PREPARATION 23 A. Coordinate with City Survey, if applicable. 24 3.4 INSTALLATION 25 A. Exploratory Excavation 26 1. Verify location of existing utility at location denoted on the Drawings, or as 27 directed by the City. 28 a. Expose utility to spring line, as necessary. 29 b. Excavate and Backfill Trench for the Exploratory Excavation in accordance 30 with Section 33 05 10. 31 B. Vacuum Excavation 32 1. Verify location of existing utility at location denoted on the Drawings, or as 33 directed by the City. 34 33 05 30 - 4 LOCATION OF EXISTING UTILITIES Page 4 of 4 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Designate the horizontal position of the existing underground utilities that are to be 1 located using geophysical prospecting equipment. 2 a. Acquire record documentation from and coordinate with utility companies, as 3 necessary to locate utility. 4 3. Perform excavation in general accordance with the recommended practices and 5 procedures described in ASCE Publication CI/ASCE 38. 6 C. Upon completion of the utility locating, submit a report of the findings. 7 D. If location of utility is in conflict with the Drawings, notify the City Project Manager 8 for appropriate design modifications. 9 E. Place embedment and backfill in accordance with Section 33 05 10. 10 F. Once necessary data is obtained, immediately restore surface to existing conditions to: 11 1. Obtain a safe and proper driving surface, if applicable 12 2. Ensure the safety of the general public 13 3. The satisfaction of the City 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 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 27 33 11 05 - 1 BOLTS, NUTS, AND GASKETS Page 1 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 11 05 1 BOLTS, NUTS, AND GASKETS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: 6 a. T-Bolts and Nuts 7 b. Flange Bolts and Nuts 8 c. Threaded Rods 9 d. Push-on Gaskets 10 e. Mechanical Joint Gaskets 11 f. Flange Gaskets 12 g. Flange Isolation Kits 13 h. Petrolatum Tape Systems 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 18 Contract 19 2. Division 1 – General Requirements 20 3. Section 33 04 10 – Joint Bonding and Electrical Isolation 21 4. Section 33 11 10 – Ductile Iron Pipe 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Hydrocarbon Resistant Gaskets 25 a. Measurement 26 1) Measurement for this Item shall be by lump sum. 27 b. Payment 28 1) The work performed and the materials furnished in accordance with this 29 Item shall be paid for at the lump sum price bid for all “Hydrocarbon 30 Resistant Gaskets”. 31 2. All Other Items 32 a. Measurement 33 1) The Items in this Section are considered subsidiary to the Item being 34 installed. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 are subsidiary to the unit price bid for the Item being installed and no other 38 compensation will be allowed. 39 33 11 05 - 2 BOLTS, NUTS, AND GASKETS Page 2 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.3 REFERENCES 1 A. Reference Standards 2 1. Reference standards cited in this specification refer to the current reference standard 3 published at the time of the latest revision date logged at the end of this 4 specification, unless a date is specifically cited. 5 2. American Iron and Steel Institute (AISI). 6 3. American Society of Mechanical Engineers (ASME): 7 a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 8 4. American Society of Testing and Materials (ASTM): 9 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 10 High Temperature or High Pressure Service and Other Special Purpose 11 Applications. 12 b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for 13 High Pressure or High Temperature Service, or Both. 14 c. A242, Standard Specification for High-Strength Low-Alloy Carbon Structural 15 Steel 16 d. B117, Salt Spray Testing 17 e. F436, Standard Specification for Hardened Steel Washers 18 5. American Water Works Association (AWWA): 19 a. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 20 Fittings. 21 b. C207, Steel Pipe Flanges for Waterworks Service – Sizes 4 In. Through 144 In. 22 (100 mm Through 3,600 mm). 23 c. C600, Installation of Ductile-Iron Mains and Their Appurtenances. 24 d. M11, Steel Pipe. 25 e. M41, Ductile-Iron Pipe and Fittings. 26 6. Fastener Quality Act (FQA) 27 a. Public Law 106-34 (P.L. 106-34) 28 7. NSF International (NSF): 29 a. 61, Drinking Water System Components - Health Effects. 30 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): 31 a. SP2, Hand Tool Cleaning 32 b. SP3, Power Tool Cleaning 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 01 33 00. 36 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 37 specials. 38 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 39 A. Product Data 40 1. Bolts and nuts for mechanical and or flange joints 41 2. Gaskets 42 B. Certificates 43 33 11 05 - 3 BOLTS, NUTS, AND GASKETS Page 3 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to 1 the Fastener Quality Act (FQA) (P.L. 106-34). 2 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford 3 Corporation, or a Whitford Corporation certified Applicator. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Qualifications 8 1. Manufacturers 9 a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be 10 performed under the control of the manufacturer. 11 b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or 12 exceed the requirements of this Specification. 13 B. Preconstruction Testing 14 1. The City may, at its own cost, subject random fittings for destructive testing by an 15 independent laboratory for compliance with this Specification. 16 a. The compliance test shall be performed in the United States. 17 b. Any visible defects or failure to meet the quality standards herein will be 18 grounds for rejecting the entire order. 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Storage and Handling Requirements 21 1. Secure and maintain a location to store the material in accordance with Section 01 22 66 00. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City’s Standard Products List will be 30 considered as shown in Section 01 60 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 01 25 00. 34 B. Regulatory Requirements 35 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) 36 (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this 37 Act. 38 33 11 05 - 4 BOLTS, NUTS, AND GASKETS Page 4 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 C. T-Bolts and Nuts 1 1. Standard Xylan Coated T-bolt and Nut 2 a. High strength, corrosion-resistant, low-carbon weathering steel in accordance 3 with AWWA/ANSI C111/A21.11 and ASTM A242 4 b. Xylan Coating in accordance with this Section 5 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut 6 a. Stainless Steel T-bolt and Nut in accordance with AISI 304. 7 b. Coat nut with Xylan in accordance with this Section. 8 D. Flange Bolts and Nuts 9 1. Stainless Steel Bolt and Xylan Coated Nut 10 a. Meet requirements of AWWA C207 11 b. Bolts: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide 12 solution treated) 13 c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel 14 Washers 15 1) Coat nut with Xylan in accordance with this Section. 16 E. Threaded Rods 17 1. Meet requirements of AWWA C207 18 2. Rods: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution 19 treated) 20 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel 21 Washers 22 a. Coat nut with Xylan in accordance with this Section. 23 F. Push-on Gaskets 24 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 25 C111/A21.11. 26 2. All gaskets shall meet or exceed the latest revisions NSF 61. 27 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless 28 otherwise specified in Drawings. 29 4. Gaskets shall be free from porous areas, foreign material and other defects that 30 make them unfit for intended use. 31 5. Gaskets shall be the size and shape required to provide an adequate compressive 32 force against the plain end and socket after assembly to affect a positive seal under 33 all combinations of joint and gasket tolerances. 34 G. Mechanical Joint Gaskets 35 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 36 C111/A21.11. 37 2. All gaskets shall meet or exceed the latest revisions NSF 61. 38 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless 39 otherwise specified in Drawings. 40 4. Gaskets shall be free from porous areas, foreign material and other defects that 41 make them unfit for intended use. 42 H. Flange Gaskets 43 1. Class E Flanges 44 33 11 05 - 5 BOLTS, NUTS, AND GASKETS Page 5 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a. Full face 1 b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a 2 thickness not less than 1/8 inch 3 c. Virgin stock 4 d. Conforming to the physical and test requirements specified in AWWA/ANSI 5 C111/A21.11 6 e. All gaskets shall meet or exceed the latest revisions NSF 61. 7 f. Finished gaskets shall have holes punched by the manufacturer and shall match 8 the flange pattern in every respect. 9 g. Frayed cut edges are not acceptable. 10 h. Field cut sheet gaskets are not acceptable. 11 I. Hydrocarbon Resistant Gaskets 12 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when 13 required. 14 J. Flange Isolation Kits 15 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform 16 to Section 33 04 10. 17 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to 18 bolt head with no grip to ensure sleeves fit properly. 19 K. Petrolatum Tape System 20 1. Petrolatum Tape Primer: Denso Paste, or approved equal 21 2. Molding and Filler mastic: Densyl Mastic, or approved equal 22 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal 23 L. Xylan Coating 24 a. Coat nuts and bolts with a ceramic-filled, baked on fluorocarbon resin, when 25 required. 26 b. Coated nuts and bolts shall be prepared “near white” or “white” when coated to 27 the coating manufacturer’s recommended thickness by a certified applicator. 28 c. Coating shall be of Xylan as manufactured by Whitford Corporation and 29 applied by Whitford Corporation or Whitford Corporation Recommended 30 Coater. 31 d. Coating shall be free from holidays and defects. 32 e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be 33 such that the nut turns freely on the bolt. 34 f. Coating shall conform to the performance requirements of ASTM B117, “Salt 35 Spray Test” and shall include, if required, a certificate of conformance. 36 2.3 ACCESSORIES [NOT USED] 37 2.4 SOURCE QUALITY CONTROL [NOT USED] 38 PART 3 - EXECUTION 39 3.1 INSTALLERS [NOT USED] 40 3.2 EXAMINATION [NOT USED] 41 33 11 05 - 6 BOLTS, NUTS, AND GASKETS Page 6 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3.3 PREPARATION [NOT USED] 1 3.4 INSTALLATION 2 A. Mechanical Joints 3 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 4 Appendix A, AWWA C600 and AWWA Manual M41. 5 2. Use Standard Xylan Coated T-bolts and Nuts. 6 a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be 7 used when specifically required in the Drawings. 8 B. Flanged Joints 9 1. Install in accordance with ASME PCC-1-2012. 10 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 11 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with 12 Petrolatum Tape System. 13 a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum 14 tape wrapping will be required. 15 b. If a joint is made between two ductile iron flanges, the joint should be 16 polyethylene encased in accordance with Section 33 11 10. 17 4. Flange bolts are normally spaced evenly around the flange. 18 5. During assembly, tighten nuts gradually and equally using a three-pass method in 19 accordance with ASME PCC-1-2012. 20 a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides 21 to prevent misalignment and to ensure that all bolts carry equal loads. 22 b. For the second pass, tighten the nuts to 100 percent again in a diametrically 23 opposite pattern. 24 c. Allow a minimum of 1 hour to pass to provide time for settlement between 25 bolts and nuts and gasket relaxation. 26 d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut 27 should be tightened until it will no longer turn. This step compensates for 28 elastic interaction and brings all bolts into parity. 29 6. The threads of the bolts should protrude a minimum of ½-inch from the nuts. 30 C. Flanged Joints with Isolation Kit 31 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 32 2. City will verify Isolation in accordance with Section 33 04 10. 33 D. Threaded Rod 34 1. Install as part of joint harness assembly in accordance with AWWA Manual M11. 35 2. Space rods evenly around the pipe. 36 3. During assembly, tighten nuts gradually and equally using a three-pass method in 37 accordance with ASME PCC-1-2012. 38 a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides 39 to prevent misalignment and to ensure that all bolts carry equal loads. 40 b. For the second pass, tighten the nuts to 100 percent again in a diametrically 41 opposite pattern. 42 4. The threads of the bolts should protrude a minimum of ½-inch from the nuts. 43 33 11 05 - 7 BOLTS, NUTS, AND GASKETS Page 7 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 5. Wrap joint harness assembly with Petrolatum Tape System. 1 E. Petrolatum Tape System 2 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. 3 a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 4 1) High pressure wash of 3,000 to 7,000 psi is also suitable. 5 b. Surfaces may be damp but shall not have droplets or continuous film of water. 6 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff 7 brush, gloved hand or rag at normal ambient temperatures. 8 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to 9 fill irregular shapes and reduce sharp-edged surfaces. 10 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. 11 a. For severely corrosive environments, an overlap of 55 percent is recommended. 12 b. Press air pockets out and smooth all lap seams. 13 5. For additional mechanical protection, overwrap may be applied to increase impact 14 strength and electrical resistance. 15 3.5 REPAIR / RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 27 33 11 10 - 1 DUCTILE IRON PIPE Page 1 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 11 10 1 DUCTILE IRON PIPE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 6 applications 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 31 – Closed Circuit Television (CCTV) Inspection 14 4. Section 33 04 10 – Joint Bonding and Electrical Isolation 15 5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 16 6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 8. Section 33 11 05 – Bolts, Nuts, and Gaskets 19 9. Section 33 11 11 – Ductile Iron Fittings 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Ductile Iron Pipe 23 a. Measurement 24 1) Measured horizontally along the surface from center line to center line of 25 the fitting, manhole, or appurtenance 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under “Measurement” will be paid for at the unit 29 price bid per linear foot for “DIP” installed for: 30 a) Various sizes 31 b) Various types of backfill 32 c) Various linings 33 d) Various Depths, for miscellaneous sewer projects only 34 e) Various restraints 35 f) Various uses 36 c. The price bid shall include: 37 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 38 Drawings 39 33 11 10 - 2 DUCTILE IRON PIPE Page 2 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2) Mobilization 1 3) Polyethylene encasement 2 4) Lining 3 5) Pavement removal 4 6) Excavation 5 7) Hauling 6 8) Disposal of excess material 7 9) Furnishing, placement and compaction of embedment 8 10) Furnishing, placement and compaction of backfill 9 11) Trench water stops 10 12) Thrust restraint, if required in Contract Documents 11 13) Bolts and nuts 12 14) Gaskets 13 15) Clean-up 14 16) Cleaning 15 17) Disinfection 16 18) Testing 17 1.3 REFERENCES 18 A. Definitions 19 1. Gland or Follower Gland 20 a. Non-restrained, mechanical joint fitting 21 2. Retainer Gland 22 a. Mechanically restrained mechanical joint fitting 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 Association of State Highway and Transportation Officials (AASHTO). 28 3. American Society of Mechanical Engineers (ASME): 29 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 30 4. ASTM International (ASTM): 31 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 32 High Temperature or High Pressure Service and Other Special Purpose 33 Applications 34 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 35 Pressure or High Temperature Service, or Both 36 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 37 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 38 Tensile Strength. 39 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 40 Water or Other Liquids. 41 f. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 42 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 43 Steel. 44 5. American Water Works Association (AWWA): 45 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 1 Enamel and Tape - Hot Applied. 2 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 3 c. M41, Ductile-Iron Pipe and Fittings. 4 6. American Water Works Association/American National Standards Institute 5 (AWWA/ANSI): 6 a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. 7 b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 8 c. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 9 d. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 10 Threaded Flanges. 11 e. C150/A21.50, Thickness Design of Ductile-Iron Pipe. 12 f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 13 g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 14 7. NSF International (NSF): 15 a. 61, Drinking Water System Components - Health Effects. 16 8. Society for Protective Coatings (SSPC): 17 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 SUBMITTALS 20 A. Submittals shall be in accordance with Section 01 33 00. 21 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 22 specials. 23 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 24 A. Product Data 25 1. Interior lining 26 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 27 C104/A21.4, including: 28 1) Material 29 2) Application recommendations 30 3) Field touch-up procedures 31 2. Thrust Restraint 32 a. Retainer glands, thrust harnesses or any other means 33 3. Gaskets 34 a. If hydrocarbon or other special gaskets are required 35 B. Shop Drawings – Furnish for Ductile Iron Pipe used in the water distribution system or 36 for a wastewater force main for 24-inch and greater diameters, including: 37 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 38 Texas including: 39 a. Working pressure 40 b. Surge pressure 41 c. Deflection 42 33 11 10 - 4 DUCTILE IRON PIPE Page 4 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 1 Professional Engineer in Texas, to verify the restraint lengths shown in the 2 Drawings. 3 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 4 Professional Engineer in Texas including: 5 a. Pipe class 6 b. Joints type 7 c. Fittings 8 d. Stationing 9 e. Transitions 10 f. Joint deflection 11 C. Certificates 12 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 13 Section, each run of pipe furnished has met Specifications, all inspections have 14 been made, and that all tests have been performed in accordance with 15 AWWA/ANSI C151/A21.51. 16 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Qualifications 21 1. Manufacturers 22 a. Finished pipe shall be the product of 1 manufacturer. 23 1) Change orders, specials, and field changes may be provided by a different 24 manufacturer upon City approval. 25 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 26 under the control of the manufacturer. 27 c. Ductile Iron Pipe 28 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 29 a) Perform quality control tests and maintain results as outlined within 30 standard to assure compliance. 31 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 32 of at least 10 seconds. 33 B. Preconstruction Testing 34 1. The City may, at its own cost, subject random lengths of pipe for testing by an 35 independent laboratory for compliance with this Specification. 36 a. The compliance test shall be performed in the United States. 37 b. Any visible defects or failure to meet the quality standards herein will be 38 grounds for rejecting the entire order. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage and Handling Requirements 41 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 42 stated in AWWA M41. 43 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Secure and maintain a location to store the material in accordance with Section 01 1 66 00. 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS 5 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 6 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 7 A. Manufacturers 8 1. Only the manufacturers as listed in the City’s Standard Products List will be 9 considered as shown in Section 01 60 00. 10 a. The manufacturer must comply with this Specification and related Sections. 11 2. Any product that is not listed on the Standard Products List is considered a 12 substitution and shall be submitted in accordance with Section 01 25 00. 13 B. Pipe 14 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI 15 C150/A21.15, and AWWA/ANSI C151/A21.51. 16 2. All pipe shall meet the requirements of NSF 61. 17 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 18 closure pieces and necessary to comply with the Drawings. 19 4. As a minimum the following pressures classes apply. The Drawings may specify a 20 higher pressure class or the pressure and deflection design criteria may also require 21 a higher pressure class, but in no case should they be less than the following: 22 23 Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 24 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 25 C151/A21.51. Minimum pipe markings shall be as follows: 26 a. “DI” or “Ductile” shall be clearly labeled on each pipe 27 b. Weight, pressure class and nominal thickness of each pipe 28 c. Year and country pipe was cast 29 d. Manufacturer’s mark 30 6. Pressure and Deflection Design 31 a. Pipe design shall be based on trench conditions and design pressure class 32 specified in the Drawings. 33 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 1 C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 2 construction, using the following parameters: 3 1) Unit Weight of Fill (w) = 130 pcf 4 2) Live Load = AASHTO HS 20 5 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 6 4) Bedding Conditions = Type 4 7 5) Working Pressure (Pw) = 150 psi 8 6) Surge Allowance (Ps) = 100 psi 9 7) Design Internal Pressure (Pi) = Pw + Ps or 2:1 safety factor of the actual 10 working pressure plus the actual surge pressure, whichever is greater. 11 a) Test Pressure = 12 (1) No less than 1.25 minimum times the stated working pressure (187 13 psi minimum) of the pipeline measured at the highest elevation 14 along the test section. 15 (2) No less than 1.5 times the stated working pressure (225 psi 16 minimum) at the lowest elevation of the test section. 17 8) Maximum Calculated Deflection (Dx) = 3 percent 18 9) Restrained Joint Safety Factor (Sf) = 15 percent 19 c. Trench depths shall be verified after existing utilities are located. 20 1) Vertical alignment changes required because of existing utility or other 21 conflicts shall be accommodated by an appropriate change in pipe design 22 depth. 23 2) In no case shall pipe be installed deeper than its design allows. 24 7. Provisions for Thrust 25 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 26 joints when required by the Drawings. 27 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 28 through casing and for a sufficient distance each side of casing. 29 c. No thrust restraint contribution shall be allowed for the restrained length of 30 pipe within the casing. 31 d. Restrained joints, when required, shall be used for a sufficient distance from 32 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 33 be developed at the design pressure of the pipe. For the purpose of thrust, the 34 following shall apply: 35 1) Valves shall be calculated as dead ends. 36 2) Design pressure shall be greater than the working pressure of the pipe or 37 the internal pressure (Pi) whichever is greater. 38 3) Restrained joints shall consist of approved mechanical restrained or push-39 on restrained joints as listed in the City’s Standard Products List as shown 40 in Section 01 60 00. 41 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 42 resist thrust in accordance with the Drawings, AWWA M41, and the following: 43 1) The weight of earth (We) shall be calculated as the weight of the projected 44 soil prism above the pipe, for unsaturated soil conditions. 45 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil 46 conditions 47 3) If indicated on the Drawings and the Geotechnical Borings that ground 48 water is expected, account for reduced soil density. 49 33 11 10 - 7 DUCTILE IRON PIPE Page 7 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 8. Joints 1 a. General – Comply with AWWA/ANSI C111/A21.11. 2 b. Push-On Joints 3 c. Mechanical Joints 4 d. Push-On Restrained Joints 5 1) Restraining Push-on joints by means of a special gasket 6 a) Only those products that are listed in Section 01 60 00 7 b) The working pressure rating of the restrained gasket must exceed the 8 test pressure of the pipe line to be installed. 9 c) Approved for use of restraining Ductile Iron Pipe in casing with a 10 carrier pipe of 4-inches to 12-inches 11 d) Otherwise only approved if specially listed on the Drawings 12 2) Push-on Restrained Joint bell and spigot 13 a) Only those products list in the standard products list will be allowed for 14 the size listed in the standard products list per Section 01 60 00. 15 b) Pressure rating shall exceed the working and test pressure of the pipe 16 line. 17 e. Flanged Joints – AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 18 f. Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. 19 g. Field fabricated flanges are prohibited. 20 9. Gaskets 21 a. Provide Gaskets in accordance with Section 33 11 05. 22 10. Isolation Flanges 23 a. Flanges required by the drawings to be Isolation Flanges shall conform to 24 Section 33 04 10. 25 11. Bolts and Nuts 26 a. Mechanical Joints 27 1) Provide bolts and nuts in accordance with Section 33 11 05. 28 b. Flanged Ends 29 1) Meet requirements of AWWA C115. 30 a) Provide bolts and nuts in accordance with Section 33 11 05. 31 12. Flange Coatings 32 a. Connections to Steel Flanges 33 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 34 Tape System in accordance with Section 33 11 05. 35 13. Ductile Iron Pipe Exterior Coatings 36 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 37 pipe exterior, unless otherwise specified in the Contract Documents. 38 14. Polyethylene Encasement 39 a. All buried Ductile Iron Pipe shall be polyethylene encased. 40 b. Only manufacturers listed in the City’s Standard Products List as shown in 41 Section 01 60 00 will be considered acceptable. 42 c. Use only virgin polyethylene material. 43 d. Encasement for buried pipe shall be 8 mil linear low density (LLD) 44 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 45 cross-laminated (HDCL) polyethylene encasement conforming to 46 AWWA/ANSI C105/A21.5 and ASTM A674. 47 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 e. Marking: At a minimum of every 2 feet along its length, the mark the 1 polyethylene film with the following information: 2 1) Manufacturer’s name or trademark 3 2) Year of manufacturer 4 3) AWWA/ANSI C105/A21.5 5 4) Minimum film thickness and material type 6 5) Applicable range of nominal diameter sizes 7 6) Warning – Corrosion Protection – Repair Any Damage 8 f. Special Markings/Colors 9 1) Reclaimed Water, perform one of the following: 10 a) Label polyethylene encasement with “RECLAIMED WATER”, 11 b) Provide purple polyethylene in accordance with the American Public 12 Works Association Uniform Color Code; or 13 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 14 2) Wastewater, perform one of the following: 15 a) Label polyethylene encasement with “WASTEWATER”; 16 b) Provide green polyethylene in accordance with the American Public 17 Works Association Uniform Color Code; or 18 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 19 g. Minimum widths 20 Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe 21 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 22 a. Cement Mortar Lining 23 33 11 10 - 9 DUCTILE IRON PIPE Page 9 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 1 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 2 to NSF 61. 3 b. Ceramic Epoxy or Epoxy Linings 4 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 5 Ceramic Epoxy or Epoxy lining as designated in the City’s Standard 6 Products List as shown in Section 01 60 00. 7 2) Apply lining at a minimum of 40 mils DFT. 8 3) Due to the tolerances involved, the gasket area and spigot end up to 6 9 inches back from the end of the spigot end must be coated with 6 mils 10 nominal, 10 mils maximum using a Joint Compound as supplied by the 11 manufacturer. 12 a) Apply the joint compound by brush to ensure coverage. 13 b) Care should be taken that the joint compound is smooth without excess 14 buildup in the gasket seat or on the spigot ends. 15 c) Coat the gasket seat and spigot ends after the application of the lining. 16 4) Surface preparation shall be in accordance with the manufacturer’s 17 recommendations. 18 5) Check thickness using a magnetic film thickness gauge in accordance with 19 the method outlined in SSPC PA 2. 20 6) Test the interior lining of all pipe barrels for pinholes with a non-21 destructive 2,500 volt test. 22 a) Repair any defects prior to shipment. 23 7) Mark each fitting with the date of application of the lining system along 24 with its numerical sequence of application on that date and records 25 maintained by the applicator of his work. 26 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 27 cut, coat the exposed surface with the touch-up material as recommended 28 by the manufacturer. 29 a) The touch-up material and the lining shall be of the same manufacturer. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION [NOT USED] 36 3.4 INSTALLATION 37 A. General 38 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 39 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer’s 40 recommendations. 41 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 42 33 11 10 - 10 DUCTILE IRON PIPE Page 10 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3. Lay pipe to the lines and grades as indicated in the Drawings. 1 4. Excavate and backfill trenches in accordance with Section 33 05 10. 2 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 3 6. For installation of carrier pipe within casing, see Section 33 05 24. 4 B. Pipe Handling 5 1. Haul and distribute pipe and fittings at the project site. 6 2. Handle piping with care to avoid damage. 7 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 8 lowering into the trench. 9 b. Do not handle the pipe in such a way that will damage the interior lining. 10 c. Use only nylon ropes, slings or other lifting devices that will not damage the 11 surface of the pipe for handling the pipe. 12 3. At the close of each operating day: 13 a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after 14 the laying operation. 15 b. Effectively seal the open end of the pipe using a gasketed night cap. 16 C. Joint Making 17 1. Mechanical Joints 18 a. Bolt the follower ring into compression against the gasket with the bolts 19 tightened down evenly then cross torqued in accordance with AWWA C600. 20 b. Overstressing of bolts to compensate for poor installation practice will not be 21 permitted. 22 2. Push-on Joints 23 a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 24 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 25 c. Place the gasket in the bell in the position prescribed by the manufacturer. 26 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 27 gasket and the outside of the spigot prior to entering the spigot into the bell. 28 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 29 conform to AWWA C600. 30 3. Flanged Joints 31 a. Use erection bolts and drift pins to make flanged connections. 32 1) Do not use undue force or restraint on the ends of the fittings. 33 2) Apply even and uniform pressure to the gasket. 34 b. The fitting must be free to move in any direction while bolting. 35 1) Install flange bolts with all bolt heads faced in one direction. 36 4. Joint Deflection 37 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 38 and grades and shown in the Drawings. 39 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 40 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 41 C600. 42 d. The manufacturer’s recommendation may be used with the approval of the 43 Engineer. 44 D. Polyethylene Encasement Installation 45 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. Preparation 1 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 2 installation of polyethylene encasement. 3 1) Prevent soil or embedment material from becoming trapped between pipe 4 and polyethylene. 5 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 6 with minimum space between polyethylene and pipe. 7 1) Provide sufficient slack in contouring to prevent stretching polyethylene 8 where it bridges irregular surfaces such as bell-spigot interfaces, bolted 9 joints or fittings and to prevent damage to polyethylene due to backfilling 10 operations. 11 2) Secure overlaps and ends with adhesive tape and hold. 12 c. For installations below water table and/or in areas subject to tidal actions, seal 13 both ends of polyethylene tube with adhesive tape at joint overlap. 14 2. Tubular Type (Method A) 15 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 16 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 17 pipe section and bunching it accordion-fashion lengthwise until it clears pipe 18 ends. 19 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 20 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 21 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 22 polyethylene from preceding length of pipe, slip it over end of the new length 23 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 24 f. Secure overlap in place. 25 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 26 of pipe, securing fold at quarter points. 27 h. Repair cuts, tears, punctures or other damage to polyethylene. 28 i. Proceed with installation of next pipe in same manner. 29 3. Tubular Type (Method B) 30 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 31 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 32 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 33 of pipe, securing fold at quarter points; secure ends. 34 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 35 proceeding pipe section, bunching it accordion-fashion lengthwise. 36 e. After completing joint, pull 3-foot length of polyethylene over joint, 37 overlapping polyethylene previously installed on each adjacent section of pipe 38 by at least 1 foot; make each end snug and secure. 39 4. Sheet Type 40 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 41 section. 42 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 43 it until it clears the pipe ends. 44 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 45 quadrant of pipe. 46 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 47 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 1 of pipe. 2 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 3 g. After completing joint, make overlap and secure ends. 4 h. Repair cuts, tears, punctures or other damage to polyethylene. 5 i. Proceed with installation of next section of pipe in same manner. 6 5. Pipe-Shaped Appurtenances 7 a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with 8 polyethylene in same manner as pipe and fittings. 9 6. Odd-Shaped Appurtenances 10 a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped 11 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 12 sheet under appurtenances and bringing it up around body. 13 b. Make seams by bringing edges together, folding over twice and taping down. 14 c. Tape polyethylene securely in place at the valve stem and at any other 15 penetrations. 16 7. Repairs 17 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 18 or with short length of polyethylene sheet or cut open tube, wrapped around 19 fitting to cover damaged area and secured in place. 20 8. Openings in Encasement 21 a. Provide openings for branches, service taps, blow-offs, air valves and similar 22 appurtenances by making an X-shaped cut in polyethylene and temporarily 23 folding back film. 24 b. After appurtenance is installed, tape slack securely to appurtenance and repair 25 cut, as well as other damaged area in polyethylene with tape. 26 c. Service taps may also be made directly through polyethylene, with any 27 resulting damaged areas being repaired as described above. 28 9. Junctions between Wrapped and Unwrapped Pipe: 29 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 30 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 31 b. Secure end with circumferential turns of tape. 32 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 33 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 34 3.5 REPAIR/RESTORATION 35 A. Patching 36 1. Excessive field-patching is not permitted of lining or coating. 37 2. Patching of lining or coating will be allowed where area to be repaired does not 38 exceed 100 square inches and has no dimensions greater than 12 inches. 39 3. In general, there shall not be more than 1 patch on either the lining or the coating of 40 any 1 joint of pipe. 41 4. Wherever necessary to patch the pipe: 42 a. Make patch with cement mortar as previously specified for interior joints. 43 b. Do not install patched pipe until the patch has been properly and adequately 44 cured and approved for laying by the City. 45 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 5. Promptly remove rejected pipe from the site. 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A. Potable Water Mains 4 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 5 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 6 main as specified in Section 33 04 40. 7 B. Wastewater Lines 8 1. Closed Circuit Television (CCTV) Inspection 9 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 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 19 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 20 33 11 11 - 1 DUCTILE IRON FITTINGS Page 1 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 11 11 1 DUCTILE IRON FITTINGS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 6 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 7 2. All mechanical joint fittings shall be mechanically restrained using restrained 8 wedge type retainer glands. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 03 30 00 – Cast-in-Place Concrete 16 4. Section 33 04 10 – Joint Bonding and Electrical Isolation 17 5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 18 6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 19 7. Section 33 11 05 – Bolts, Nuts, and Gaskets 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Ductile Iron Water Fittings with Restraint 23 a. Measurement 24 1) Shall be per ton of fittings supplied 25 2) Fittings weights are the sum of the various types of fittings multiplied by 26 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 27 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 28 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 29 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 30 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 31 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 32 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 33 measured in accordance with AWWA/ANSI C153/A21.53. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under “Measurement” will be paid for at the unit 37 price bid per ton of “Ductile Iron Water Fittings with Restraint”. 38 c. The price bid shall include: 39 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 40 Drawings 41 33 11 11 - 2 DUCTILE IRON FITTINGS Page 2 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2) Polyethylene encasement 1 3) Lining 2 4) Pavement removal 3 5) Excavation 4 6) Hauling 5 7) Disposal of excess material 6 8) Furnishing and installing bolts, nuts, and restraints 7 9) Furnishing, placement and compaction of embedment 8 10) Furnishing, placement and compaction of backfill 9 11) Trench water stops 10 12) Clean-up 11 13) Cleaning 12 14) Disinfection 13 15) Testing 14 2. Ductile Iron Sewer Fittings 15 a. Measurement 16 1) Shall be per ton of fittings supplied 17 2) Fittings weights are the sum of the various types of fittings multiplied by 18 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 19 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 20 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 21 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 22 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 23 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 24 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 25 measured in accordance with AWWA/ANSI C153/A21.53. 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 ton of “Ductile Iron Sewer Fittings”. 30 c. The price bid shall include: 31 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 32 Drawings 33 2) Epoxy Coating 34 3) Polyethylene encasement 35 4) Lining 36 5) Pavement removal 37 6) Excavation 38 7) Hauling 39 8) Disposal of excess material 40 9) Furnishing and installing bolts, nuts, and restraints 41 10) Furnishing, placement and compaction of embedment 42 11) Furnishing, placement and compaction of backfill 43 12) Clean-up 44 13) Cleaning 45 14) Disinfection 46 15) Testing 47 33 11 11 - 3 DUCTILE IRON FITTINGS Page 3 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.3 REFERENCES 1 A. Definitions 2 1. Gland or Follower Gland 3 a. Non-restrained, mechanical joint fitting 4 2. Retainer Gland 5 a. Mechanically restrained mechanical joint fitting, consisting of multiple 6 gripping wedges incorporated into a follower gland meeting the applicable 7 requirements of ANSI/AWWA C110/A21.10. 8 B. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. American Society of Mechanical Engineers (ASME): 13 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 14 3. ASTM International (ASTM): 15 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 16 High Temperature or High Pressure Service and Other Special Purpose 17 Applications 18 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 19 Pressure or High Temperature Service, or Both 20 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 21 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 22 Water or Other Liquids. 23 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 24 4. American Water Works Association (AWWA): 25 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 26 Enamel and Tape - Hot Applied. 27 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 28 c. M41, Ductile-Iron Pipe and Fittings. 29 5. American Water Works Association/American National Standards Institute 30 (AWWA/ANSI): 31 a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. 32 b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 33 c. C110/A21.10, Ductile-Iron and Gray-Iron Fittings. 34 d. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 35 e. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 36 Threaded Flanges. 37 f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 38 g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service. 39 6. NSF International (NSF): 40 a. 61, Drinking Water System Components - Health Effects. 41 7. Society for Protective Coatings (SSPC): 42 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 43 33 11 11 - 4 DUCTILE IRON FITTINGS Page 4 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 01 33 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Ductile Iron Fittings 8 a. Pressure class 9 b. Interior lining 10 c. Joint types 11 2. Polyethylene encasement and tape 12 a. Planned method of installation 13 b. Whether the film is linear low density or high density cross linked polyethylene 14 c. The thickness of the film provided 15 3. The interior lining, if it is other than cement mortar lining in accordance with 16 AWWA/ANSI C104/A21.4 17 a. Material 18 b. Application recommendations 19 c. Field touch-up procedures 20 4. Thrust Restraint 21 a. Retainer glands 22 b. Thrust harnesses 23 c. Any other means 24 5. Gaskets 25 a. Provide Gaskets in accordance with Section 33 11 05. 26 6. Isolation Flanges 27 a. Flanges required by the drawings to be Isolation Flanges shall conform to 28 Section 33 04 10. 29 7. Bolts and Nuts 30 a. Mechanical Joints 31 1) Provide bolts and nuts in accordance with Section 33 11 05. 32 b. Flanged Ends 33 1) Meet requirements of AWWA C115. 34 a) Provide bolts and nuts in accordance with Section 33 11 05. 35 8. Flange Coatings 36 a. Connections to Steel Flanges 37 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 38 Tape System in accordance with Section 33 11 05. 39 B. Certificates 40 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 41 meet the provisions of this Section and meet the requirements of AWWA/ANSI 42 C110/A21.10 or AWWA/ANSI C153/A21.53. 43 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 44 33 11 11 - 5 DUCTILE IRON FITTINGS Page 5 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE 3 A. Qualifications 4 1. Manufacturers 5 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 6 performed under the control of the manufacturer. 7 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 8 C110/A21.10 or AWWA/ANSI C153/A21.53. 9 1) Perform quality control tests and maintain the results as outlined in these 10 standards to assure compliance. 11 B. Preconstruction Testing 12 1. The City may, at its own cost, subject random fittings for destructive testing by an 13 independent laboratory for compliance with this Specification. 14 a. The compliance test shall be performed in the United States. 15 b. Any visible defects or failure to meet the quality standards herein will be 16 grounds for rejecting the entire order. 17 1.10 DELIVERY, STORAGE, AND HANDLING 18 A. Storage and Handling Requirements 19 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 20 2. Secure and maintain a location to store the material in accordance with Section 01 21 66 00. 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City’s Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 B. Ductile Iron Fittings 34 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 35 AWWA/ANSI C153/A21.53. 36 2. All fittings for potable water service shall meet the requirements of NSF 61. 37 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 38 the pipe which the fitting is connected, unless specifically indicated in the 39 Drawings. 40 33 11 11 - 6 DUCTILE IRON FITTINGS Page 6 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 4. Fittings Markings 1 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 2 b. Minimum markings shall include: 3 1) “DI” or “Ductile” cast or metal stamped on each fitting 4 2) Applicable AWWA/ANSI standard for that the fitting 5 3) Pressure rating 6 4) Number of degrees for all bends 7 5) Nominal diameter of the openings 8 6) Year and country fitting was cast 9 7) Manufacturer’s mark 10 5. Joints 11 a. Mechanical Joints with mechanical restraint 12 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of 13 ANSI/AWWA C110/A21.10. 14 2) The retainer gland shall have the following working pressure ratings based 15 on size and type of pipe: 16 a) Ductile Iron Pipe 17 (1) 3-inch – 16-inch, 350 psi 18 (2) 18-inch – 48-inch, 250 psi 19 b) PVC C900 and C905 20 (1) 3-inch – 12-inch, 305psi 21 (2) 14-inch – 16-inch, 235psi 22 (3) 18-inch – 20-inch, 200psi 23 (4) 24-inch – 30 –inch 165psi 24 c) Ratings are for water pressure and must include a minimum safety 25 factor of 2 to 1 in all sizes 26 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it 27 should be easy to differentiate between the 2. 28 4) Gland body, wedges and wedge actuating components shall be cast from 29 grade 65-45-12 ductile iron material in accordance with ASTM A536. 30 5) Mechanical joint restraint shall require conventional tools and installation 31 procedures per AWWA C600, while retaining full mechanical joint 32 deflection during assembly as well as allowing joint deflection after 33 assembly. 34 6) Proper actuation of the gripping wedges shall be ensured with torque 35 limiting twist off nuts. 36 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. 37 b. Push-On, Restrained Joints 38 1) Restraining Push-on joints by means of a special gasket 39 a) Only those products that are listed in 01 60 00 40 b) The working pressure rating of the restrained gasket must exceed the 41 test pressure of the pipe line to be installed. 42 c) Approved for use of restraining Ductile Iron Pipe in casing with a 43 carrier pipe of 4-inches to 12-inches 44 d) Otherwise only approved if specially listed on the drawings 45 2) Push-on Restrained Joint bell and spigot 46 a) Only those products list in the standard products list will be allowed for 47 the size listed in the standard products list per Section 01 60 00 48 33 11 11 - 7 DUCTILE IRON FITTINGS Page 7 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b) Pressure rating shall exceed the working and test pressure of the pipe 1 line 2 c. Flanged Joints 3 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 4 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 5 125. 6 3) Field fabricated flanges are prohibited. 7 6. Gaskets 8 a. Provide Gaskets in accordance with Section 33 11 05. 9 7. Isolation Flanges 10 a. Flanges required by the drawings to be Isolation Flanges shall conform to 11 Section 33 04 10. 12 8. Bolts and Nuts 13 a. Mechanical Joints 14 1) Provide bolts and nuts in accordance with Section 33 11 05. 15 b. Flanged Ends 16 1) Meet requirements of AWWA C115. 17 a) Provide bolts and nuts in accordance with Section 33 11 05. 18 9. Flange Coatings 19 a. Connections to Steel Flanges 20 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 21 Tape System in accordance with Section 33 11 05. 22 10. Ductile Iron Fitting Exterior Coatings 23 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 24 thick, on the exterior, unless otherwise specified in the Contract Documents. 25 11. Polyethylene Encasement 26 a. All buried Ductile Iron Fittings shall be polyethylene encased. 27 b. Only manufacturers listed in the City’s Standard Products List as shown in 28 Section 01 60 00 will be considered acceptable. 29 c. Use only virgin polyethylene material. 30 d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 31 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 32 cross-laminated (HDCL) polyethylene encasement conforming to conforming 33 to AWWA/ANSI C105/A21.5 and ASTM A674. 34 e. Marking: At a minimum of every 2 feet along its length, the mark the 35 polyethylene film with the following information: 36 1) Manufacturer’s name or trademark 37 2) Year of manufacturer 38 3) AWWA/ANSI C105/A21.5 39 4) Minimum film thickness and material type 40 5) Applicable range of nominal diameter sizes 41 6) Warning – Corrosion Protection – Repair Any Damage 42 f. Special Markings/Colors 43 1) Reclaimed Water, perform one of the following: 44 a) Label polyethylene encasement with “RECLAIMED WATER”, 45 b) Provide purple polyethylene in accordance with the American Public 46 Works Association Uniform Color Code; or 47 33 11 11 - 8 DUCTILE IRON FITTINGS Page 8 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 1 2) Wastewater, perform one of the following: 2 a) Label polyethylene encasement with “WASTEWATER”; 3 b) Provide green polyethylene in accordance with the American Public 4 Works Association Uniform Color Code; or 5 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 6 g. Minimum widths 7 Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings 8 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 9 a. Cement Mortar Lining 10 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 11 accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 12 NSF 61. 13 b. Ceramic Epoxy or Epoxy Linings 14 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 15 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 16 List as shown in Section 01 60 00. 17 2) Apply lining at a minimum of 40 mils DFT 18 3) Due to the tolerances involved, the gasket area and spigot end up to 6 19 inches back from the end of the spigot end must be coated with 6 mils 20 nominal, 10 mils maximum using a Joint Compound as supplied by the 21 manufacturer. 22 a) Apply the joint compound by brush to ensure coverage. 23 33 11 11 - 9 DUCTILE IRON FITTINGS Page 9 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b) Care should be taken that the joint compound is smooth without excess 1 buildup in the gasket seat or on the spigot ends. 2 c) Coat the gasket seat and spigot ends after the application of the lining. 3 4) Surface preparation shall be in accordance with the manufacturer’s 4 recommendations. 5 5) Check thickness using a magnetic film thickness gauge in accordance with 6 the method outlined in SSPC PA 2. 7 6) Test the interior lining of all fittings for pinholes with a non-destructive 8 2,500 volt test. 9 a) Repair any defects prior to shipment. 10 7) Mark each fitting with the date of application of the lining system along 11 with its numerical sequence of application on that date and records 12 maintained by the applicator of his work. 13 8) For all Ductile Iron Fittings in wastewater service where the fitting has 14 been cut, coat the exposed surface with the touch-up material as 15 recommended by the manufacturer. 16 a) The touch-up material and the lining shall be of the same manufacturer. 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION [NOT USED] 23 3.4 INSTALLATION 24 A. General 25 1. Install fittings, specials and appurtenances as specified herein, as specified in 26 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer’s 27 recommendations. 28 2. Lay fittings to the lines and grades as indicated in the Drawings. 29 3. Excavate and backfill trenches in accordance with 33 05 10. 30 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 31 B. Joint Making 32 1. Mechanical Joints with required mechanical restraint 33 a. All mechanical joints require mechanical restraint. 34 b. Bolt the retainer gland into compression against the gasket, with the bolts 35 tightened down evenly then cross torqued in accordance with AWWA C600. 36 c. Overstressing of bolts to compensate for poor installation practice will not be 37 permitted. 38 2. Push-on Joints (restrained) 39 a. All push-on joints shall be restrained push-on type. 40 b. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 41 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 42 33 11 11 - 10 DUCTILE IRON FITTINGS Page 10 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 d. Place the gasket in the bell in the position prescribed by the manufacturer. 1 e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf 4 to conform to AWWA M-41. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in 1 direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. 14 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer’s recommendation may be used with the approval of the 18 Engineer. 19 C. Polyethylene Encasement Installation 20 1. Preparation 21 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material from becoming trapped between 24 fittings and polyethylene. 25 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 26 with minimum space between polyethylene and fittings. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell-spigot interfaces, bolted 29 joints or fittings, and to prevent damage to polyethylene due to backfilling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table and/or in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type (Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 36 section. 37 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 38 pipe section and bunching it accordion-fashion lengthwise until it clears fittings 39 ends. 40 c. Lower fittings into trench with preceding section of pipe. 41 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 42 e. After assembling fittings make overlap of polyethylene tube, pull bunched 43 polyethylene from preceding length of pipe, slip it over end of the fitting and 44 wrap until it overlaps joint at end of preceding length of pipe. 45 f. Secure overlap in place. 46 33 11 11 - 11 DUCTILE IRON FITTINGS Page 11 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 1 barrel of fitting, securing fold at quarter points. 2 h. Repair cuts, tears, punctures or other damage to polyethylene. 3 i. Proceed with installation of next fitting in same manner. 4 3. Tubular Type (Method B) 5 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 6 section. 7 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 8 end. 9 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 10 barrel of fitting, securing fold at quarter points; secure ends. 11 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 12 proceeding pipe section, bunching it accordion-fashion lengthwise. 13 e. After completing joint, pull 3-foot length of polyethylene over joint, 14 overlapping polyethylene previously installed on each adjacent section of pipe 15 by at least 1 foot; make each end snug and secure. 16 4. Sheet Type 17 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 18 section. 19 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 20 clears the fitting ends. 21 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 22 quadrant of fitting. 23 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 24 e. Lower wrapped fitting into trench with preceding section of pipe. 25 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 26 g. After completing joint, make overlap and secure ends. 27 h. Repair cuts, tears, punctures or other damage to polyethylene. 28 i. Proceed with installation of fittings in same manner. 29 5. Pipe-Shaped Appurtenances 30 a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with 31 polyethylene in same manner as pipe and fittings. 32 6. Odd-Shaped Appurtenances 33 a. When it is not practical to wrap valves, tees, crosses and other odd-shaped 34 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 35 sheet under appurtenances and bringing it up around body. 36 b. Make seams by bringing edges together, folding over twice and taping down. 37 c. Tape polyethylene securely in place at the valve stem and at any other 38 penetrations. 39 7. Repairs 40 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 41 or with short length of polyethylene sheet or cut open tube, wrapped around 42 fitting to cover damaged area, and secure in place. 43 8. Openings in Encasement 44 a. Provide openings for branches, service taps, blow-offs, air valves and similar 45 appurtenances by making an X-shaped cut in polyethylene and temporarily 46 folding back film. 47 33 11 11 - 12 DUCTILE IRON FITTINGS Page 12 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b. After appurtenance is installed, tape slack securely to appurtenance and repair 1 cut, as well as other damaged area in polyethylene with tape. 2 c. Service taps may also be made directly through polyethylene, with any 3 resulting damaged areas being repaired as described above. 4 9. Junctions between Wrapped and Unwrapped Fittings 5 a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, 6 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 7 b. Secure end with circumferential turns of tape. 8 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 9 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 10 Fittings. 11 D. Blocking 12 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 13 crosses and plugs in the pipe lines as indicated in the Drawings. 14 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 15 normal to the thrust. 16 3. The supporting area for each block shall be at least as great as that indicated on the 17 Drawings and shall be sufficient to withstand the thrust, including water hammer, 18 which may develop. 19 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 20 5. If the Contractor encounters soil that appears to be different than that which was 21 used to calculate the blocking according to the Drawings, the Contractor shall 22 notify the Engineer prior to the installation of the blocking. 23 3.5 REPAIR/RESTORATION 24 A. Patching 25 1. Excessive field-patching is not permitted of lining or coating. 26 2. Patching of lining or coating will be allowed where area to be repaired does not 27 exceed 100 square inches and has no dimensions greater than 12 inches. 28 3. In general, there shall not be more than 1 patch on either the lining or the coating of 29 any fitting. 30 4. Wherever necessary to patch the fitting: 31 a. Make patch with cement mortar as previously specified for interior joints. 32 b. Do not install patched fitting until the patch has been properly and adequately 33 cured and approved for laying by the City. 34 c. Promptly remove rejected fittings from the site. 35 3.6 RE-INSTALLATION [NOT USED] 36 3.7 FIELD [OR] SITE QUALITY CONTROL 37 A. Potable Water Mains 38 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 39 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 40 main as specified in Section 33 04 40. 41 33 11 11 - 13 DUCTILE IRON FITTINGS Page 13 of 13 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 END OF SECTION 8 9 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 10 33 11 12 - 1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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. 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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. 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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. 33 11 12 - 7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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] 33 11 12 - 8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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”. 33 12 10 - 1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 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 33 12 10 - 4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 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 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 33 12 10 - 5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 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 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 33 12 10 - 6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 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 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. 33 12 10 - 7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 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 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. 33 12 10 - 8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 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. 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 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 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. 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 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway – designed to withstand loading in non- deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2” x 3-1/4”. e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x 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 33 12 10 - 11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end-point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8” deep. 11) Have built-in anti-flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of ±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. 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 (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. 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. 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 a. In the event that a chosen valve fails the City’s hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer’s name b. Type c. Size of Pipe PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 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. 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 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. (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: 33 12 10 - 15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 14, 2017 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. 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 - 16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 16 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 20 - 1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 12 20 1 RESILIENT SEATED (WEDGE) GATE VALVE 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 33 11 05 – Bolts, Nuts, and Gaskets 16 4. Section 33 11 10 – Ductile Iron Pipe 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Gate Valve 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each “Gate Valve” installed 25 for: 26 a) Various sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Gate Valves with connections as specified in the 29 Drawings 30 2) Valve box 31 3) Extension 32 4) Extensions for valves in vaults 33 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 34 6) Petrolatum tape for connections to steel flanges 35 7) 2-inch risers (for 16-inch and larger gate valves) 36 8) Isolation kits when installed with flanged connections 37 9) Polyethylene encasement 38 10) Pavement removal 39 11) Excavation 40 33 12 20 - 2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 12) Hauling 1 13) Disposal of excess material 2 14) Furnishing, placement and compaction of embedment 3 15) Furnishing, placement and compaction of backfill 4 16) Clean-up 5 17) Cleaning 6 18) Disinfection 7 19) Testing 8 2. Cut-in Gate Valve 9 a. Measurement 10 1) Measurement for this Item shall be per each. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item shall be paid for at the unit price bid per each “Cut-in Gate Valve” 14 installed for: 15 a) Various sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Gate Valves with connections as specified in the 18 Drawings 19 2) System dewatering 20 3) Connections to existing pipe materials 21 4) Valve box 22 5) Extension 23 6) Extensions for valves in vaults 24 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 25 8) Petrolatum tape for connections to steel flanges 26 9) 2-inch risers (for 16-inch and larger gate valves) 27 10) Isolation kits when installed with flanged connections 28 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 29 12) Polyethylene encasement 30 13) Pavement removal 31 14) Excavation 32 15) Hauling 33 16) Disposal of excess material 34 17) Furnishing, placement and compaction of embedment 35 18) Furnishing, placement and compaction of backfill 36 19) Clean-up 37 20) Cleaning 38 21) Disinfection 39 22) Testing 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms 42 1. NRS – Non Rising Stem 43 2. OS&Y – Outside Screw and Yoke 44 B. Reference Standards 45 33 12 20 - 3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 SECTION 33 12 25 1 CONNECTION TO EXISTING WATER MAINS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Connection to existing water mains to include, but not limited to: 6 a. Cutting in a tee for a branch connection 7 b. Extending from an existing water main 8 c. Installing a tapping sleeve and valve 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 16 4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17 5. Section 33 05 30 – Location of Existing Utilities 18 6. Section 33 11 05 – Bolts, Nuts, and Gaskets 19 7. Section 33 11 10 – Ductile Iron Pipe 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Connection to an existing unpressurized Fort Worth Water Distribution System 23 Main that does not require the City to take part of the water system out of service 24 a. Measurement 25 1) This Item is considered subsidiary to the water pipe being installed. 26 b. Payment 27 1) The work performed and the materials furnished in accordance with this 28 Item are subsidiary to the unit price bid per linear foot of water pipe 29 complete in place, and no other compensation will be allowed. 30 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 31 that requires a shutdown of some part of the water system 32 a. Measurement 33 1) Measurement for this Item shall be per each connection completed. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each “Connection to Existing 37 Water Main” installed for: 38 a) Various sizes of existing water distribution main 39 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 c. The price bid shall include all aspects of making the connection including, but 1 not limited to: 2 1) Preparing submittals 3 2) Dewatering 4 3) Exploratory excavation (as needed) 5 4) Coordination and notification 6 5) Remobilization 7 6) Temporary lighting 8 7) Polyethylene encasement 9 8) Make-up pieces 10 9) Linings 11 10) Pavement removal 12 11) Excavation 13 12) Hauling 14 13) Disposal of excess material 15 14) Clean-up 16 15) Cleaning 17 16) Disinfection 18 17) Testing 19 3. Connection to an existing pressurized Fort Worth Water Distribution System Main 20 by Tapping Sleeve and Valve: 21 a. Measurement 22 1) Measurement for this Item shall be per each connection completed. 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 “Tapping Sleeve and 26 Valve” installed for: 27 a) Various sizes of connecting main 28 b) Various sizes of existing water distribution main 29 c. The price bid shall include all aspects of making the connection including, but 30 not limited to: 31 1) Preparing submittals 32 2) Dewatering 33 3) Exploratory excavation (as needed) 34 4) Coordination and notification 35 5) Tapping Sleeve and Tapping Valve 36 6) Remobilization 37 7) Temporary lighting 38 8) Polyethylene encasement 39 9) Make-up pieces 40 10) Linings 41 11) Pavement removal 42 12) Excavation 43 13) Hauling 44 14) Disposal of excess material 45 15) Clean-up 46 16) Cleaning 47 17) Disinfection 48 18) Testing 49 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 1.3 REFERENCES 1 A. Reference Standards 2 1. Reference standards cited in this Specification refer to the current reference 3 standard published at the time of the latest revision date logged at the end of this 4 Specification, unless a date is specifically cited. 5 2. American Society of Mechanical Engineers (ASME): 6 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 7 3. ASTM International (ASTM): 8 a. A36, Standard Specification for Carbon Structural Steel. 9 b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 10 High Temperature or High Pressure Service and Other Special Purpose 11 Applications 12 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 13 Pressure or High Temperature Service, or Both 14 d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 15 e. A283, Standard Specification for Low and Intermediate Tensile Strength 16 Carbon Steel Plates. 17 f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 18 and Intermediate-Tensile Strength. 19 g. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 20 h. D2000, Standard Classification System for Rubber Products in Automotive 21 Applications. 22 4. American Water Works Association (AWWA): 23 a. C200, Steel Water Pipe - 6 IN and Larger. 24 b. C207, Steel Pipe Flanges for Waterworks Service – Sizes 4 IN through 144 IN. 25 c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel 26 Water Pipelines. 27 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 28 5. American Water Works Association/American National Standards Institute 29 (AWWA/ANSI): 30 a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 31 b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 32 Fittings. 33 c. C115A21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron 34 Threaded Flanges. 35 6. NSF International (NSF): 36 a. 61, Drinking Water System Components – Health Effects. 37 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 38 (MSS): 39 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 40 1.4 ADMINISTRATIVE REQUIREMENTS 41 A. Pre-installation Meetings 42 1. Required for any connections to an existing, pressurized 16-inch or larger City 43 water distribution system main that requires a shutdown of some part of the water 44 system 45 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 2. May also be required for connections that involve shutting water service off to 1 certain critical businesses 2 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time 3 for the work to occur. 4 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5 5. Review work procedures as submitted and any adjustments made for current field 6 conditions. 7 6. Verify that all valves and plugs to be used have adequate thrust restraint or 8 blocking. 9 7. Schedule a test shutdown with the City. 10 8. Schedule the date for the connection to the existing system. 11 B. Scheduling 12 1. Schedule work to make all connections to existing 16-inch and larger mains: 13 a. During the period from November through April, unless otherwise approved by 14 the City 15 b. During normal business hours from Monday through Friday, unless otherwise 16 approved by the City 17 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 18 planned disruption to the existing water system. 19 a. In the event that other water system activities do not allow the existing main to 20 be dewatered at the requested time, schedule work to allow the connection at an 21 alternate time acceptable to the City. 22 1) If water main cannot be taken out of service at the originally requested 23 time, coordination will be required with the City to discuss rescheduling 24 and compensation for mobilization. 25 2) No additional payment will be provided if the schedule was altered at the 26 Contractor’s request. 27 1.5 SUBMITTALS 28 A. Submittals shall be in accordance with Section 01 33 00. 29 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 30 specials. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Product Data, if applicable 33 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 34 a. Dimensions, weights, material list, and detailed drawings 35 b. Maximum torque recommended by the manufacturer for the valve by size 36 B. Submittals 37 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 38 by City that includes: 39 a. Results of exploratory excavation 40 b. Dewatering 41 c. Procedure for connecting to the existing water main 42 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 d. Time period for completing work from when the water is shut down to when 1 the main is back in service 2 e. Testing and repressurization procedures 3 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 4 must be certified and provide Welding Certificates, upon request, in accordance 5 with AWWA C200. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING 10 A. Storage and Handling Requirements 11 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 12 from the time of shipment until installation is completed. 13 2. Protect all equipment and parts against any damage during a prolonged period at the 14 site. 15 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 16 built and securely bolted thereto. 17 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 18 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 19 extremes in temperature. 20 6. Secure and maintain a location to store the material in accordance with Section 01 21 66 00. 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY 24 A. Manufacturer Warranty 25 1. Manufacturer’s warranty shall be in accordance with Division 1. 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 29 A. Manufacturers 30 1. Only the manufacturers as listed by the City’s Standard Products List will be 31 considered as shown in Section 01 60 00. 32 a. The manufacturer must comply with this Specification and related Sections. 33 2. Any product that is not listed on the Standard Products List is considered a 34 substitution and shall be submitted in accordance with Section 01 25 00. 35 B. Description 36 1. Regulatory Requirements 37 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 1 this Specification. 2 b. All valve components in contact with potable water shall conform to the 3 requirements of NSF 61. 4 C. Tapping Sleeve Materials 5 1. Body 6 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM 7 A36 Steel or equal 8 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 9 applied per AWWA C213. 10 c. All buried tapping sleeves shall be provided with polyethylene encasement in 11 accordance with AWWA/ANSI C105/A21.5. 12 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 13 2. Flange 14 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 15 B16.1 Class 125. 16 b. Recessed for tapping valve per MSS SP-60 17 3. Bolts and Nuts 18 a. Flanged Ends 19 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 20 material. 21 2) Provide bolts and nuts in accordance with Section 33 11 05. 22 4. Gaskets 23 a. Provide gaskets in accordance with Section 33 11 05. 24 5. Test Plug 25 a. ¾-inch NPT carbon steel with square head and fusion bonded epoxy coating 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Verification of Conditions 32 1. Verify by exploratory excavation, if needed, that existing water main is as depicted 33 in the Drawings and that the location is suitable for a connection to the existing 34 water main. 35 a. Excavate and backfill trench for the exploratory excavation in accordance with 36 33 05 10. 37 2. Verify that all equipment and materials are available on–site prior to the shutdown 38 of the existing main. 39 3. Pipe lines shall be completed, tested and authorized for connection to the existing 40 system in accordance with Section 33 04 40. 41 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 3.3 PREPARATION [NOT USED] 1 3.4 INSTALLATION 2 A. General 3 1. Upon disruption of the existing water main, continue work until the connection is 4 complete and the existing water main is back in service. 5 B. Procedure 6 1. Expose the proposed connection point in accordance with Section 33 05 10. 7 2. Dewater the existing water line so the chlorinated water is not unlawfully 8 discharged. 9 3. Maintain the water that may bleed by existing valves or plugs during installation 10 within the work area to a reasonable level. 11 a. Control the water in such a way that it does not interfere with the proper 12 installation of the connection or create a discharge of chlorinated water. 13 4. If any discharge of chlorinated water occurs, discharged water shall be de-14 chlorinated in accordance with Section 33 04 40 15 5. Cut and remove existing water main in order to make the connection. 16 6. Verify that the existing pipe line is suitable for the proposed connection. 17 7. Place trench foundation and bedding in accordance with 33 05 10. 18 8. In the event that a tapping sleeve and valve is used, the coupon from the existing 19 water main shall be submitted to the City. 20 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 21 10. Establish thrust restraint as provided for in the Drawings. 22 11. Clean and disinfect the pipeline associated with the connection in accordance with 23 Section 33 04 40. 24 12. Place embedment to the top of the pipe zone. 25 13. Request that the City Valve Crew re-pressurize the pipeline. 26 14. Directionally flush the connection in accordance with Section 33 04 40. 27 15. Request that City Valve Crew open all remaining valves. 28 3.5 REPAIR/RESTORATION [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised February 6, 2013 3.14 ATTACHMENTS [NOT USED] 1 END OF SECTION 2 3 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, nut and gasket material specification 2/6/2013 D. Townsend 3.4.B.4 Modified to refer to Section 33 04040 4 33 12 40 - 1 FIRE HYDRANTS Page 1 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 3, 2014 SECTION 33 12 40 1 FIRE HYDRANTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Dry-barrel fire hydrants with 51/4-inch main valve for use with potable water mains 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 12 4. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 13 5. Section 33 11 10 – Ductile Iron Pipe 14 6. Section 33 11 11 – Ductile Iron Fittings 15 7. Section 33 11 14 – Buried Steel Pipe and Fittings 16 8. Section 33 12 20 – Resilient Seated (Wedge) Gate Valve 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Measurement 20 a. Fire Hydrant and Extension 21 1) Measurement for this item shall be by the each hydrant, complete in place. 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured under “Measurement” will be paid for at the unit prices bid per each 25 “Fire Hydrant” installed. 26 3. The price bid shall include: 27 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 28 Drawings 29 b. Dry-Barrel Fire Hydrant assembly from base to operating nut 30 c. Extension barrel and stem 31 d. Adjusting hydrant to the appropriate height 32 e. Painting 33 f. Pavement Removal 34 g. Excavation 35 h. Freight, loading, unloading and handling 36 i. Disposal of excess material 37 j. Furnish, placement and compaction of embedment 38 k. Furnish, placement and compaction of backfill 39 l. Blocking, Braces and Rest 40 m. Clean up 41 33 12 40 - 2 FIRE HYDRANTS Page 2 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 3, 2014 n. Disinfection 1 o. Testing 2 1.3 REFERENCES 3 A. Definitions 4 1. Base: The lateral connection to the fire hydrant lead; also called a shoe 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. American Water Works Association (AWWA): 10 a. C502, Dry-Barrel Fire Hydrants 11 b. Manual of Water Supply Practices M17 (AWWA Manual M17) – Installation, 12 Field Testing, and Maintenance of Fire Hydrants 13 3. NSF International 14 a. 61, Drinking Water System Components – Health Effects 15 4. National Fire Protection Association (NFPA) 16 a. 1963, Standard for Fire Hose Connections 17 5. Underwriters Laboratories, Inc. (UL) 18 a. 246, Hydrants for Fire-Protection Service 19 6. Factory Mutual (FM) 20 a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for 21 Private Fire Service 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 01 33 00. 25 B. All submittals shall be approved by the City prior to construction. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 27 A. Product Data 28 1. Dry-Barrel Fire Hydrant stating: 29 a. Main valve opening size 30 b. Nozzle arrangement and sizes 31 c. Operating nut size 32 d. Operating nut operating direction 33 e. Working pressure rating 34 f. Component assembly and materials 35 g. Coatings and Finishes 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE 39 A. Qualifications 40 1. Manufacturers 41 a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. 42 33 12 40 - 3 FIRE HYDRANTS Page 3 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 3, 2014 1) Change orders, specials and field changes may be provided by a different 1 manufacturer upon City approval. 2 2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and 3 FM 1510. 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Storage and Handling Requirements 6 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and 7 AWWA Manual M17. 8 2. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 3. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 7. Secure and maintain a location to store the material in accordance with Section 01 19 66 00. 20 1.11 FIELD CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer’s Warranty shall be in accordance with Division 1. 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City’s Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer 34 regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar 35 service and size. 36 B. Description 37 1. Regulatory Requirements 38 a. Dry-Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA 39 C502 and shall meet or exceed the requirements of this Specification. 40 33 12 40 - 4 FIRE HYDRANTS Page 4 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 3, 2014 b. All Dry-Barrel Fire Hydrant components in contact with potable water shall 1 conform to the requirements of NSF 61. 2 C. Performance / Design Criteria 3 1. Capacities 4 a. Rated working pressure of 250 psi or greater 5 2. Design Criteria 6 a. Operating nut 7 1) Uniformly tapered square nut measuring: 8 a) 1 inch at the base 9 b) 7/8 inch at the top 10 2) Open by turning the operating nut to the right (clockwise) 11 a) Provide operating direction clearly marked with an arrow and the word 12 “OPEN”. 13 3) Provide weather shield with operating nut. 14 b. Main Valve 15 1) Minimum 51/4-inch opening 16 2) Compression type 17 a) Opening against pressure 18 b) Closing with pressure 19 c. Nozzles 20 1) ‘T’ shape, 3 nozzle arrangement 21 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 22 a) Hose nozzles 23 (1) 2 x 21/2-inch (nominal size of connection) 24 (a) 180 degrees apart 25 (b) Thread Designation 2.5-7.5 NH (NFPA 1963) 26 b) Pump nozzle 27 (1) 4-inch (nominal size of connection) 28 (a) Thread Designation 4-4 NH (NFPA 1963) 29 d. Hydrant Barrel Configuration 30 1) Upper barrel 31 2) Breakable flange and stem 32 a) To be installed above ground at the connection to the upper barrel 33 3) Extension barrel (if needed) and lower barrel 34 a) Extension barrel and stem 35 (1) Lengthen in 6-inch increments 36 e. Drain Valve 37 1) Non-corrodible material 38 2) Spring operated drain valves are not allowed. 39 D. Function 40 1. Drain Valve 41 a. Drain fire hydrant barrels when main valve is closed. 42 E. Materials 43 1. Furnish materials in accordance with AWWA C502. 44 2. Dry-Barrel Fire Hydrant Assembly 45 a. Internal parts 46 1) Threads 47 33 12 40 - 5 FIRE HYDRANTS Page 5 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 3, 2014 a) Provide operating thread designed to avoid metal such as iron or steel 1 threads against iron or steel parts. 2 2) Stem 3 a) Stem Nuts 4 (1) Provide bronze stem nuts. 5 (a) Grades per AWWA C502 6 b) Where needed, stem shall be grooved and sealed with O-rings. 7 3. Provide crushed rock for placement around base conforming to Section 33 05 10. 8 F. Finishes 9 1. Primer Materials 10 a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502. 11 2. Finish Materials 12 a. Dry-Barrel Fire Hydrant 13 1) Exterior 14 a) Above grade 15 (1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant 16 assembly components in accordance with AWWA C502. 17 (2) Coating shall be Flynt Aluminum Paint in Silver. 18 b) Below grade 19 (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant 20 assembly components in accordance with AWWA C502. 21 2) Interior 22 a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance 23 with AWWA C502 24 2.3 ACCESSORIES 25 A. Polyethylene Encasement 26 1. Provide polyethylene encasement in accordance with Section 33 11 10. 27 B. Embedment 28 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 29 2.4 SOURCE QUALITY CONTROL 30 A. Tests and Inspections 31 1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA 32 C502. 33 B. Markings 34 1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502. 35 PART 3 - EXECUTION [NOT USED] 36 3.1 INSTALLERS [NOT USED] 37 3.2 EXAMINATION [NOT USED] 38 3.3 PREPARATION [NOT USED] 39 3.4 INSTALLATION 40 A. General 41 33 12 40 - 6 FIRE HYDRANTS Page 6 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 3, 2014 1. Install in accordance with AWWA Manual of Water Supply Practice M17, 1 manufacturer’s recommendations and as shown on the Drawings. 2 2. Provide vertical installation with braces, rest and blocking in accordance with City 3 Standard Details. 4 3. Excavate and backfill trenches in accordance with 33 05 10. 5 4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 05 10. 6 a. At the location of the weep holes, wrap barrel with polyethylene encasement 7 and crushed rock with filter fabric to prevent dirt and debris from entering the 8 fire hydrant. 9 5. Polyethylene encasement installation shall be in accordance with the applicable 10 portion of Section 33 11 10. 11 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated 12 in the Drawings. 13 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in 14 accordance with AWWA Manual of Water Supply Practice M17, to allow drain 15 outlets to operate. 16 a. The crushed rock should extend 6 inches above the drain outlets and a 17 minimum of 1 foot on all sides of the fire hydrant base. 18 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 19 a. Cover is measured from the invert at the fire hydrant base, vertical to ground 20 elevation. 21 b. Fittings may be used along fire lead line to ensure minimum and maximum 22 cover requirements are met. 23 3.5 REPAIR / RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 FIELD CONTROL 26 A. Field Inspections 27 1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no 28 deformation, leaking or damage of any kind for the pressure ranges indicated. 29 2. City inspector will issue final inspection notice to City staff. 30 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to 31 inspect and operate the hydrant, to ensure that the fire hydrant was installed in 32 accordance with AWWA Manual of Water Supply Practice M17. This includes but 33 is not limited to: 34 a. Operation of Nozzles and operating nut are not obstructed. 35 b. Drain valve is not obstructed or plugged 36 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the 37 water line it’s connected to is put in service. 38 B. Non-Conforming Work 39 1. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not 40 meet the criteria of the AWWA Manual of Water Supply Practice M17, the 41 Contractor will remedy the situation criteria, at the Contractor’s expense. 42 33 12 40 - 7 FIRE HYDRANTS Page 7 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised January 3, 2014 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 6 3.14 ATTACHMENTS 7 END OF SECTION 8 9 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 10 33 12 50 - 1 WATER SAMPLING STATIONS Page 1 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 12 50 1 WATER SAMPLING STATIONS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Water sampling stations for potable water mains 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Products Installed But Not Furnished Under This Section 9 1. 1-inch water service line 10 a. From water main to curb stop (including tap) 11 D. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 – General Requirements 15 3. Section 03 30 00 – Cast-In-Place Concrete 16 4. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 17 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 18 6. Section 33 12 10 – Water Services 1-inch to 2-inch 19 7. Section 33 12 25 – Connections to Existing Water Mains 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Water Sampling Station 23 a. Measurement 24 1) Measurement for this Item shall be per each. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item shall be paid for at the unit price bid per each “Water Sampling 28 Station” completed in place. 29 c. The price bid includes: 30 1) Furnishing and installing Sampling Station with appurtenances as specified 31 in the Drawings 32 2) Meter box and Lid 33 3) Concrete support block 34 4) Curb stop 35 5) Fittings 36 6) Incidental 5 feet of service line 37 7) Pavement Removal 38 8) Excavation 39 9) Hauling 40 33 12 50 - 2 WATER SAMPLING STATIONS Page 2 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 10) Disposal of excess material 1 11) Clean up 2 12) Disinfection 3 13) Testing 4 2. Water Sampling Station installed per City Standard Details. 5 a. Measurement 6 1) This Item is considered subsidiary to Water Meter Vault. 7 b. Payment 8 1) The work performed and the materials furnished in accordance with this 9 Item are subsidiary to the unit price per each Water Meter Vault (with 10 Sampling Station) installed and no other compensation will be allowed. 11 1.3 REFERENCES 12 A. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification, unless a date is specifically cited. 16 2. NSF International 17 a. 61, Drinking Water System Components – Health Effects 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 SUBMITTALS 20 A. Submittals shall be in accordance with Section 01 33 00. 21 B. All submittals shall be approved by the City prior to construction. 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 23 A. Product Data 24 1. Product Data submitted in accordance with Section 33 12 10. 25 2. Sampling Station 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Protect all parts such that no damage or deterioration will occur during a prolonged 32 delay from the time of shipment until installation is completed and the units and 33 equipment are ready for operation. 34 2. Protect all equipment and parts against any damage during a prolonged period at the 35 site. 36 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 37 extremes in temperature. 38 4. Secure and maintain a location to store the material in accordance with Section 01 39 66 00. 40 33 12 50 - 3 WATER SAMPLING STATIONS Page 3 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED PRODUCTS 4 A. Water sampling station 5 1. Eclipse TM Number 88 Sampling Station, or approved equal, with 12-inch depth of 6 bury 7 2. Lockable, aluminum weather shield enclosure 8 3. Brass internal piping and appurtenances 9 4. Galvanized riser pipe 10 5. Brass isolation valve with ¾-inch female iron pipe inlet 11 6. Removable parts that require no excavation 12 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS 13 A. Manufacturers 14 1. Only the manufacturers as listed on the City’s Standard Products List will be 15 considered as shown in Section 01 60 00. 16 a. The manufacturer must comply with this Specification and related Sections. 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted in accordance with Section 01 25 00. 19 3. The Water Services and appurtenances shall be new and the product of a 20 manufacturer regularly engaged in the manufacturing of Water Services and 21 appurtenances having similar service and size. 22 B. Description 23 1. Regulatory Requirements 24 a. All Water Sampling Station components in contact with potable water shall 25 conform to the requirements of NSF 61. 26 C. Materials / Design Criteria 27 1. Water Service 28 a. In accordance with Section 33 12 10 include: 29 1) 1-inch Water Service 30 2) ¾-inch Water Service 31 3) 1-inch Corporation Stop 32 4) 1-inch Curb Stop 33 5) Fittings 34 6) 1-inch standard plastic meter box 35 2. Concrete Pad 36 a. In accordance with Section 03 30 00 37 b. Dimensions 38 1) 2 feet x 2 feet 39 2) 6 inches thick 40 c. Design 41 33 12 50 - 4 WATER SAMPLING STATIONS Page 4 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1) Class ‘B’ Concrete (2500 psi) 1 2) Reinforced with #4 Rebar 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL 4 A. Tests, Inspections and Markings 5 1. Conform to Section 33 12 10. 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Install Sampling Station in accordance with City Standard Details and Section 33 13 12 10 Water to include: 14 a. 1-inch Corporation Stop 15 b. 1-inch Water Service 16 c. 1-inch Curb Stop 17 d. 1-inch 90 Degree Elbow 18 e. 1 inch x ¾ inch Reducer 19 f. ¾-inch Water Service 20 g. Sampling Station 21 h. 1-inch standard plastic meter box 22 i. Concrete Pad 23 2. Where appropriate, place sampling station adjacent to power pole, elevated tank, 24 street sign, tree or fire hydrant 25 a. Typical installation on short side of street 26 b. When placing adjacent to fire hydrant: 27 1) Maintain 4-foot offset from fire hydrant and lead. 28 2) Do not tap fire hydrant lead line. 29 c. For installations adjacent to valves along large water mains, connect to existing 30 large valve copper riser. 31 1) Do not tap main, unless approved by City. 32 3. Excavate, embed and backfill trenches in accordance with 33 05 10. 33 3.5 REPAIR / RESTORATION [NOT USED] 34 3.6 RE-INSTALLATION [NOT USED] 35 3.7 FIELD QUALITY CONTROL 36 A. Field Tests and Inspections 37 1. See Section 33 12 10. 38 33 12 50 - 5 WATER SAMPLING STATIONS Page 5 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 END OF SECTION 8 9 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 10 33 31 12 - 1 CURED IN PLACE PIPE (CIPP) Page 1 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 31 12 1 CURED IN PLACE PIPE (CIPP) 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Cured in Place Pipe (CIPP) 6-inch through 60-inch for gravity sanitary sewer 6 rehabilitation 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 33 01 30 – Sewer and Manhole Testing 13 4. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 14 5. Section 33 03 10 – Bypass Pumping of Existing Sewer Systems 15 6. Section 33 04 50 – Cleaning of Sewer Mains 16 7. Section 33 31 50 – Sanitary Sewer Service Connections and Service Line 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Cured in Place Pipe (CIPP) 20 a. Measurement 21 1) Measured horizontally along the surface from center line to center line of 22 the manhole or appurtenance 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under “Measurement” will be paid for at the unit 26 price bid per linear foot for “CIPP” installed for: 27 a) Various sizes 28 c. The price bid shall include: 29 1) Mobilization 30 2) Furnishing and installing CIPP as specified by the Drawings 31 3) Hauling 32 4) Disposal of excess material 33 5) Clean-up 34 6) Cleaning 35 7) Testing 36 2. Service Reconnection, CIPP 37 a. Measurement 38 1) Measurement for this Item shall be per each service reconnected. 39 b. Payment 40 33 31 12 - 2 CURED IN PLACE PIPE (CIPP) Page 2 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 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 each “Service Reconnection, CIPP”. 3 c. The price bid shall include: 4 1) Mobilization 5 2) Furnishing and installing CIPP as specified by the Drawings 6 3) Hauling 7 4) Disposal of excess material 8 5) Clean-up 9 6) Cleaning 10 7) Testing 11 1.3 REFERENCES 12 A. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification, unless a date is specifically cited. 16 2. American Association of State Highway and Transportation Officials (AASHTO). 17 3. ASTM International (ASTM): 18 a. D5813, Standard Specification for Cured-In-Place Thermosetting Resin Sewer 19 Piping Systems. 20 b. F1216, Standard Practice for Rehabilitation of Existing Pipelines and Conduits 21 by the Inversion and Curing of a Resin-Impregnated Tube. 22 c. F1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits 23 by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe 24 (CIPP). 25 4. International Organization for Standardization (ISO): 26 a. 9000, Quality Management System - Fundamentals and Vocabulary. 27 5. Occupational Safety and Health Administration (OSHA). 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product Data 34 1. Flexible Liner (tube) 35 a. Tabular summary by sewer segment noting required CIPP thickness per section 36 2. Resin 37 a. Technical data sheet showing physical and chemical properties 38 b. Test results of chemical resisting testing performed by resin manufacturer 39 B. Shop Drawings 40 1. Provide calculations to support CIPP design thickness after curing. List the 41 following criteria used for the calculations: 42 a. Assumed host pipe condition 43 33 31 12 - 3 CURED IN PLACE PIPE (CIPP) Page 3 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b. Ground water table elevation 1 c. Depth of cover at deepest location 2 d. Modulus of soil stiffness 3 e. Long term modulus of elasticity 4 f. Live loading 5 g. Factor of safety against buckling 6 h. Assumed pipe ovality 7 C. Certificates 8 1. Furnish an affidavit certifying that all CIPP meets the provisions of this Section and 9 meets the requirements of above referenced ASTM standards. 10 D. Source Quality Control Submittals 11 1. Manufacturer to provide third party test results supporting the long term 12 performance and structural strength of the pipe being manufactured 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Qualifications 17 1. Manufacturing and Installation 18 a. Finished pipe shall be the product of 1 manufacturer. 19 b. Liner manufacturing operations shall be performed at 1 location. 20 c. The pipe manufacturer shall: 21 1) Have performed a minimum of 50,000 feet of successful installation in the 22 United States 23 2. All pipe furnished and installed shall be in conformance with and ASTM F1216 (6-24 inch through 60-inch). 25 B. Certifications 26 1. Manufacturing and Installation 27 a. Operate pipe manufacturing and installation under a quality management 28 system certified by third party ISO 9000. Provide proof of certification upon 29 request. 30 b. If Installer is different company than Manufacturer, then installer must provide 31 certification from the manufacturer that he/she is licensed and fully trained as 32 an installer of the product upon request. 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A. Storage and Handling Requirements 35 1. Follow manufacturer’s recommendation on all storage and handling requirements. 36 33 31 12 - 4 CURED IN PLACE PIPE (CIPP) Page 4 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 5 A. General 6 1. All pipe furnished and installed shall be in conformance with and ASTM F1216 (6-7 inch through 60-inch). 8 B. Manufacturer and Installers 9 1. Only the Manufacturer/Installers as listed in the City’s Standard Products List will 10 be considered as shown in Section 01 60 00. 11 a. The Manufacturer/Installer must comply with this Specification and related 12 Sections. 13 2. Any product that is not listed on the Standard Products List is considered a 14 substitution and shall be submitted in accordance with Section 01 25 00. 15 C. Performance / Design Criteria 16 1. Liner (tube) 17 a. Design liner for a 50-year service life under continuous loading conditions. 18 b. Consider no bonding to the original pipe wall. 19 c. Base design on a fully deteriorated host pipe condition as defined in 20 ASTM F1216. 21 d. Calculate wall thickness per ASTM F1216 Appendix X1. 22 1) Assume the following values for the design: 23 a) Safety Factor (N) = 2.0 24 b) Ovality (C) = 5 percent 25 c) Enhancement Factor (K) = 7.0 26 d) Groundwater Depth (Hw) = per Drawings, feet 27 e) Soil Depth (H) = per Drawings, feet 28 f) Soil Modulus (E’) = 1,000, psi 29 g) Soil Density (w) = 130 pounds per cubic foot 30 h) Live Load = ASSHTO HS 20 31 2) The minimum allowable wall thickness for fiberglass liner is 2.8 32 millimeters and can be increased as necessary to meet ASTM F1216 33 Appendix X1 design formula. 34 3) The minimum allowable wall thickness for felt liner is 6.0 millimeters and 35 can be increased as necessary to meet ASTM F1216 Appendix X1 design 36 formula. 37 4) Fiberglass or felt products below the stated minimum wall thickness will 38 not be allowed under any circumstances. 39 D. Materials 40 1. Liner (tube) 41 a. The liner consists of absorbent non-woven felt or seamless spirally wound glass 42 fiber. 43 33 31 12 - 5 CURED IN PLACE PIPE (CIPP) Page 5 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b. Construct liner to withstand installation pressures, have sufficient strength to 1 bridge missing pipe and stretch to fit irregular pipe sections. 2 c. The wet out liner shall have a relatively uniform thickness that when 3 compressed at installation pressures will equal or exceed the calculated 4 minimum design CIPP wall thickness. 5 d. Manufacture liner to a size that when installed will tightly fit the internal 6 circumference and length of the original pipe. Make allowance for 7 circumferential stretching during construction. 8 e. Manufacture to length necessary to fully span the distance between manholes. 9 Include sufficient amount of material for sealing at manholes and product 10 sample, if required. 11 f. The wall color of the interior pipe surface of CIPP after installation shall be a 12 light reflective color so that a clear, detailed examination with CCTV 13 inspection per Section 33 01 31 can be made. 14 2. Resin 15 a. The resin system will be manufactured by an approved company selected by the 16 CIPP liner manufacturer. Provide documentation of approval, if requested. 17 b. The resin system shall be corrosion resistant polyester or vinyl ester system 18 including all required catalysts and initiators that create a composite that 19 satisfies the requirements of ASTM F1216, ASTM D5813 and ASTM F1743. 20 c. The resin used shall produce a proper CIPP system, which will be resistant to 21 abrasion caused by solid, grit or sand. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 A. Inspection 29 1. Prior to installation, conduct an inspection of the existing pipe identified for 30 rehabilitation along with the surrounding job site conditions. 31 2. Complete a Pre-CCTV inspection per Section 33 01 31. 32 3. Observe flows at different times of the date to determine or verify flow conditions 33 in preparation for bypass pumping. 34 4. Verify accessibility conditions and coordinate with city regarding easement access 35 and limitations. 36 5. Confirm full circumference of the host pipe prior to lining to ensure the pipe can be 37 rehabilitated without compromising the CIPP system. 38 B. Host Pipe Preparation 39 1. Clean the pipe per Section 33 04 50. 40 2. Inspect pipe as required by this Specification. 41 33 31 12 - 6 CURED IN PLACE PIPE (CIPP) Page 6 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3. Prepare for bypass pumping per Section 33 03 10. 1 C. Liner (tube) Preparation 2 1. Resin Impregnation 3 a. Impregnate the liner in a saturation facility where the environment can be 4 consistently controlled. 5 b. Use sufficient quantity of resin to fill the volume of air voids in the tube with 6 additional allowances for polymerization shrinkage and the potential loss of 7 resin during installation through cracks and irregularities in the original pipe 8 wall. 9 c. Vacuum impregnate the resin utilizing a motorized pinch roller to set proper 10 thickness. 11 2. If transported to the site, refrigerate as necessary to maintain stable environment for 12 the impregnated liner. 13 3.4 INSTALLATION 14 A. Safety 15 1. Carry out operation in accordance with all OSHA and manufacturer’s safety 16 requirements including, but not limited to, safety requirements involving confined 17 space entry. 18 B. Liner installation 19 1. The impregnated liner can be placed in the pipe by either direct inversion or the pull 20 in place method. 21 2. Follow ASTM F1216 Specification for direct inversion installation. 22 3. Follow ASTM F1743 Specification for pulled in place installation. 23 4. The finished CIPP should be continuous over the entire length of the run and be 24 smooth and free from substantial wrinkles, as well as defects and improper service 25 connections. 26 C. Curing 27 1. Curing of the CIPP may be done by water, steam or Ultra Violet (UV) light source, 28 depending on the liner type and resin. Each method must follow the 29 recommendation of the manufacturer. 30 2. Place a sufficient amount of temperature and/or monitoring gauges within the 31 system to insure curing throughout the liner is consistent and uniform. A minimum 32 of 2 gauges is required, 1 at each end of the liner. 33 3. Upon completion of the curing process provide the City with the monitoring data. 34 D. Reinstatement of lateral connections 35 1. After the liner pipe is cured in place have the lateral connections reinstated within 36 18 hours. 37 2. Reinstate the service by cutting the liner from the inside of the pipe. For small 38 diameter pipe a remote operated cutting device may be used. For larger pipe the 39 liner may be cut by hand. 40 3. An internal cut is considered acceptable if the bottom 1/3 of the opening matches 41 the existing tap invert, there are no jagged edges and a minimum of 95 percent of 42 the tap opening is restored. 43 33 31 12 - 7 CURED IN PLACE PIPE (CIPP) Page 7 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 4. Blind holes, over cutting and holes that miss the tap must be repaired to the 1 satisfaction of the City. 2 5. If additional work is required to restore the lateral connection outside of the pipe 3 follow the requirements of Section 33 31 50. 4 3.5 REPAIR/ RESTORATION [NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD [OR] SITE QUALITY CONTROL 7 A. Field Tests and Inspections 8 1. Closed Circuit Television (CCTV) Inspection 9 a. Perform a Pre-CCTV and a Post-CCTV Inspection in accordance with Section 10 33 01 31. 11 2. The inspection must be completed and the quality of installation must be acceptable 12 to the City prior to restoring services. 13 3. If the CIPP is deemed unacceptable by the City, provide a method of repair or 14 replacement for review and approval by the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 24 Revision Log DATE NAME SUMMARY OF CHANGE 25 33 31 15 - 1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 1 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 31 15 1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. High Density Polyethylene (HDPE) pipe 8-inch and larger for the use in sanitary 6 sewer rehabilitation by pipe enlargement per Section 33 31 21 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 01 31 – Closed Circuit Television (CCTV) Inspection 15 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 16 6. Section 33 05 26 – Utility Markers/Locators 17 7. Section 33 31 21 – Sanitary Sewer Pipe Enlargement 18 8. Section 33 31 50 – Sanitary Sewer Service Connections and Service Line 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. This item is considered subsidiary to Sanitary Sewer Pipe Enlargement per 23 Section 33 31 21. 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item are 26 subsidiary to the unit price bid per linear foot of Pipe Enlargement per Section 27 33 31 21, and no other compensation will be allowed. 28 1.3 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. ASTM International (ASTM): 34 a. D3350, Standard Specification for Polyethylene Plastic Pipe and Fittings 35 Materials. 36 b. F2620, Standard Practice for Heat Fusion Joining of Polyethylene Pipe and 37 Fittings. 38 33 31 15 - 2 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 2 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 01 33 00. 3 B. All submittals shall be approved by the City prior to delivery. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Product Data 6 1. Gravity pipe 7 2. Manufacturer 8 3. Nominal pipe diameter 9 4. Pressure Rating 10 5. Standard Dimension ratio (SDR) 11 6. Cell classification 12 7. Laying lengths 13 B. Certificates 14 1. Furnish an affidavit certifying that all HDPE gravity pipe meets the provisions of 15 this Section and has been tested and meets the requirements of ASTM standards as 16 listed herein. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Qualifications 21 1. Manufacturers 22 a. Finished pipe shall be the product of 1 manufacturer for each size, unless 23 otherwise specified by the City. 24 1) Change orders, specials and field changes may be provided by a different 25 manufacturer upon City approval. 26 b. Pipe manufacturing operations shall be performed under the control of the 27 manufacturer. 28 c. All pipe furnished shall be in conformance with and ASTM D3350. 29 1.10 DELIVERY, STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Pipe and fittings shall be transported, stored and handled in accordance with the 32 manufacturer’s guidelines. 33 2. Secure and maintain a location to store the material in accordance with 34 Section 01 66 00. 35 33 31 15 - 3 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 3 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 4 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 5 A. Manufacturers 6 1. Only the manufacturers as listed in the City’s Standard Products List will be 7 considered as shown in Section 01 60 00. 8 a. The manufacturer must comply with this Specification and related Sections. 9 2. Any product that is not listed on the Standard Products List is considered a 10 substitution and shall be submitted in accordance with Section 01 25 00. 11 B. Materials 12 1. Pipe and Fittings 13 a. Material shall be minimum DR-17 Extra High Molecular Weight, High Density 14 Polyethylene PE 3408, Cell Class PE345464D or E (inner wall shall be white or 15 light in color) per ASTM D3350. 16 b. Material shall be homogeneous throughout and free of: 17 1) Abrasion, cutting or gouging of the outside surface extending to more than 18 10 percent of the wall thickness in depth 19 2) Cracks 20 3) Kinking (generally due to excessive or abrupt bending) 21 4) Flattening 22 5) Holes 23 6) Blisters 24 7) Other defects 25 c. Pipe with gashes, nicks, abrasions or any such physical damage which may 26 have occurred during storage and/or handling, which are larger/deeper than 10 27 percent of the wall thickness shall not be used and shall be removed from the 28 construction site. 29 d. Pipe and fittings shall be uniform in color, opacity, density and other physical 30 properties. 31 1) Pipe and fittings not meeting these criteria will be rejected. 32 e. Pipe Markings 33 1) Meet the minimum requirements of ASTM D3350. 34 2) Minimum pipe markings shall be as follows: 35 a) Marking intervals shall be at 6-inch intervals 36 b) Manufacturer’s Name or Trademark and production record 37 c) Nominal pipe size 38 d) ASTM or Standard Dimension Ratio (SDR) designation 39 e) Cell classification 40 f) Seal of testing agency that verified the suitability of the pipe 41 2. Connections 42 a. Use only manufactured fittings. 43 b. See Section 33 31 50. 44 33 31 15 - 4 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 4 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3. Detectable Metallic Tape 1 a. See Section 33 05 26. 2 4. Polyethylene Repair Clamp 3 a. Smith-Blair Full Circle Clamp Style 228 or 263. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 13 Section 33 31 21, and in accordance with the pipe manufacturer’s 14 recommendations. 15 2. Lay pipe to the lines and grades as indicated in the Drawings. 16 3. If applicable excavate and backfill trenches in accordance with Section 33 05 10. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Use only nylon ropes, slings or other lifting devices that will not damage the 23 surface of the pipe for handling the pipe. 24 3. At the close of each operating day: 25 a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after 26 the laying operation. 27 b. Effectively seal the open end of the pipe using a gasketed night cap. 28 C. Pipe Joining 29 a. Join pipe in accordance with ASTM F2620. 30 b. Operators must be certified by the manufacturer to use the fusion equipment. 31 c. Follow the time and temperature recommendations of the manufacturer. 32 d. Joints shall be stronger than the pipe itself, be properly aligned and contain no 33 gaps or voids. 34 e. Remove bead projection on the outside of the pipe to reduce drag during pipe 35 installation process. 36 D. Connection Installation 37 1. See Section 33 31 50. 38 E. Detectable Metallic Tape Installation 39 33 31 15 - 5 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 5 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. See Section 33 05 26. 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL 4 A. Field Tests and Inspections 5 1. Closed Circuit Television (CCTV) Inspection 6 a. Provide a Post-CCTV inspection in accordance with Section 33 01 31. 7 2. Air Test 8 a. Provide an Air Test in accordance with Section 33 01 30. 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 19 33 31 20 - 1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 1 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 19, 2013 SECTION 33 31 20 1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer 6 applications 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 01 31 – Closed Circuit Television (CCTV) Inspection 15 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 16 6. Section 33 05 26 – Utility Markers/Locators 17 7. Section 33 31 50 – Sanitary Sewer Service Connections and Service Line 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measured horizontally along the surface from center line to center line of the 22 manhole or appurtenance 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item and 25 measured as provided under “Measurement” will be paid for at the unit price bid 26 per linear foot of “PVC Pipe” installed for: 27 1) Various sizes 28 2) Various Standard Dimension Ratios 29 3) Various embedments 30 4) Various depths, for miscellaneous projects only 31 3. The price bid shall include: 32 a. Furnishing and installing PVC gravity pipe with joints as specified by the 33 Drawings 34 b. Pavement removal 35 c. Excavation 36 d. Hauling 37 e. Disposal of excess material 38 f. Furnishing, placement and compaction of embedment 39 g. Furnishing, placement and compaction of backfill 40 33 31 20 - 2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 19, 2013 h. Trench water stops 1 i. Clean-up 2 j. Cleaning 3 k. Testing 4 1.3 REFERENCES 5 A. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. American Association of State Highway and Transportation (AASHTO). 10 3. ASTM International (ASTM): 11 a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) 12 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 13 b. D2412, Standard Test Method for Determination of External Loading 14 Characteristics of Plastic Pipe by Parallel-Plate Loading. 15 c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) 16 Sewer Pipe and Fittings. 17 d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes 18 Using Flexible Elastomeric Seals. 19 e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter 20 Plastic Gravity Sewer Pipe and Fittings. 21 4. Texas Commission on Environmental Quality (TCEQ): 22 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 – Pipe Design. 23 b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 – Criteria for Laying 24 Pipe. 25 c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 – Testing 26 Requirements for Installation of Gravity Collection System Pipes. 27 5. Underwriters Laboratories, Inc. (UL). 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product Data 34 1. Product data sheet 35 2. Manufacturer 36 3. Nominal pipe diameter 37 4. Standard dimension ratio (SDR) 38 5. Cell classification 39 6. Laying lengths 40 B. Certificates 41 33 31 20 - 3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 19, 2013 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of 1 this Section and has been air and deflection tested and meets the requirements of 2 ASTM D3034 and ASTM F679. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Qualifications 7 1. Manufacturers 8 a. Finished pipe shall be the product of 1 manufacturer for each size per project, 9 unless otherwise approved by the City. 10 1) Change orders, specials and field changes may be provided by a different 11 manufacturer upon City approval. 12 b. Pipe manufacturing operations shall be performed under the control of the 13 manufacturer. 14 c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15 15-inch) and ASTM F679 (18-inch through 27-inch). 16 1.10 DELIVERY, STORAGE, AND HANDLING 17 A. Storage and Handling Requirements 18 1. Gravity pipe shall be stored and handled in accordance with the manufacturer’s 19 guidelines. 20 2. Secure and maintain a location to store the material in accordance with 21 Section 01 66 00. 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed in the City’s Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 B. Performance / Design Criteria 34 1. Pipe 35 a. Meet all requirements of TCEQ. 36 b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 37 and ASTM F679 for 18-inch through 27-inch 46PS/115PS. 38 c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. 39 33 31 20 - 4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 19, 2013 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or 1 closure pieces necessary to comply with the Drawings. 2 e. Use green coloring for ground identification as sanitary sewer pipe. 3 f. PVC meeting the requirements of ASTM D1784, with a cell classification of 4 12454 or 12364 5 g. Deflection Design 6 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 7 2) Design pipe according to the Modified Iowa Formula as detailed by the 8 Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the 9 following parameters: 10 a) Unit Weight of Fill (w) = 130 pounds per cubic foot 11 b) Live Load = AASHTO HS 20 12 c) Trench Depth = 12 feet minimum, or as indicated in Drawings 13 d) Maximum (E’) = 1,000 max 14 e) Deflection Lag Factor (DL) = 1.0 15 f) Bedding Factor constant (K) = 0.1 16 g) Mean radius of the pipe (r), inches, as indicated in Drawings 17 h) Marston’s load per unit length (W), pounds per inch, calculate per 18 Drawings 19 i) PVC modulus of elasticity (E) = 400,000 psi 20 j) Moment of inertia of pipe wall per unit length, (I) = t3/12, (in4/in), per 21 pipe type and size 22 (1) Where (t) = pipe thickness, inches 23 k) Maximum Calculated Deflection = 5 percent 24 h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds 25 per cubic foot) with at least 1½ pipe diameters of cover, pipe is generally not 26 subject to flotation. If shallower, check groundwater flotation potential. 27 Flotation will occur if: 28 29 Fb > Wp + Wf + Wd 30 31 Where: Fb = buoyant force, pound per foot 32 Wp = empty pipe weight, pound per foot 33 Wf = weight of flooded soil, pound per foot 34 Wd = weight of dry soil, pound per foot 35 36 Values and formulas for the above variables can be obtained from the pipe 37 manufacturer and site specific soil conditions. 38 i. Verify trench depths after existing utilities are located. 39 j. Accommodate vertical alignment changes required because of existing utility or 40 other conflicts by an appropriate change in pipe design depth. 41 k. In no case shall pipe be installed deeper than its design allows. 42 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance 43 with ASTM D2412. 44 3. Pipe markings 45 a. Meet the minimum requirements of ASTM D3034 and ASTM F679. 46 b. Minimum pipe markings shall be as follows: 47 1) Manufacturer’s Name or Trademark and production record 48 2) Nominal pipe size 49 33 31 20 - 5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 19, 2013 3) PVC cell classification 1 4) ASTM or Standard Dimension Ratio (SDR) designation 2 5) Seal of testing agency that verified the suitability of the pipe 3 4. Joints 4 a. Joints shall be gasket, bell and spigot, push-on type conforming to 5 ASTM D3212. 6 b. Since each pipe manufacturer has a different design for push-on joints; gaskets 7 shall be part of a complete pipe section and purchased as such. 8 5. Connections 9 a. Only use manufactured fittings. 10 b. See Section 33 31 50. 11 6. Detectable Metallic Tape 12 a. See Section 33 05 26. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. General 21 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 22 33 05 10, and in accordance with the pipe manufacturer’s recommendations. 23 2. Lay pipe to the lines and grades as indicated in the Drawings. 24 3. Excavate and backfill trenches in accordance with Section 33 05 10. 25 4. Embed PVC pipe in accordance with Section 33 05 10. 26 B. Pipe Handling 27 1. Haul and distribute pipe and fittings at the project site. 28 2. Handle piping with care to avoid damage. 29 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 30 lowering into the trench. 31 b. Use only nylon ropes, slings or other lifting devices that will not damage the 32 surface of the pipe for handling the pipe. 33 3. At the close of each operating day: 34 a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after 35 the laying operation. 36 b. Effectively seal the open end of the pipe using a gasketed night cap. 37 C. Pipe Joint Installation 38 a. Clean dirt and foreign material from the gasketed socket and the spigot end. 39 33 31 20 - 6 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 19, 2013 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 1 end to the reference mark. 2 c. Install such that identification marking on each joint are oriented upward toward 3 the trench opening. 4 d. When making connection to manhole, use an elastomeric seal or flexible boot to 5 facilitate a seal. 6 D. Connection Installation 7 1. See Section 33 31 50. 8 E. Detectable Metallic Tape Installation 9 1. See Section 33 05 26. 10 3.5 REPAIR / RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD [OR] SITE QUALITY CONTROL 13 A. Field Tests and Inspections 14 1. Video Inspection 15 a. Provide a Post-CCTV inspection in accordance with Section 33 01 31. 16 2. Air Test and Deflection (Mandrel) Test 17 a. Perform in accordance with Section 33 01 30. 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 27 Revision Log DATE NAME SUMMARY OF CHANGE 6/18/13 D. Johnson 2.2.B.1.b – Pipe Material Clarification 28 33 31 50 - 1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 B. Definitions 5 1. New Service 6 a. New service applies to the installation of a service with connection to a new or 7 existing sewer main. 8 b. The service materials would include service line, fittings and cleanout. 9 2. Bored Service 10 a. Bored service applies to the installation of a service with connection to a new or 11 existing sewer main including a bore under an existing road. 12 b. The service materials would include service line, fittings and cleanout. 13 3. Private Service Relocation 14 a. Private service relocation applies to the replacement of the existing sewer 15 service line on private property typically associated with the relocation of the 16 existing main. 17 b. Typical main relocation will be from a rear lot easement or alley to the street. 18 4. Service Reinstatement 19 a. Service reinstatement applies to the reconnection of an existing service to an 20 existing main that has been rehabilitated by trenchless methods such as pipe 21 enlargement (pipe bursting), slip lining or CIPP. 22 C. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 2. ASTM International (ASTM): 27 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 28 (PVC) Sewer Pipe and Fittings 29 b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic 30 Pipe, Schedules 40, 80 and 120. 31 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 32 Pipe for Sewers and Other Gravity-Flow Applications 33 d. ASTM D2412 Standard Test Method for Determination of External Loading 34 Characteristics of Plastic Pipe by Parallel-Plate Loading 35 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 36 Pipes Using Flexible Elastomeric Seals 37 3. Texas Commission on Environmental Quality 38 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 – Criteria for Laying 39 Pipe and Rule 40 b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 – Manholes and Related 41 Structures 42 1.3 ADMINISTRATIVE REQUIREMENTS 43 A. Scheduling 44 1. Provide advance notice for service interruption to property owner and meet 45 requirements of Division 0. 46 33 31 50 - 4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised April 26, 2013 1.4 SUBMITTALS 1 A. Submittals shall be in accordance with Section 01 33 00. 2 B. All submittals shall be approved by the City prior to delivery. 3 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product data shall include, if applicable: 5 1. Tee connection or saddle 6 2. Fittings (including type of cleanout) 7 3. Service line 8 B. Certificates 9 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 10 this Section. 11 1.6 CLOSEOUT SUBMITTALS [NOT USED] 12 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.8 QUALITY ASSURANCE [NOT USED] 14 1.9 DELIVERY, STORAGE, AND HANDLING 15 A. Storage and Handling Requirements 16 1. Gravity pipe shall be stored and handled in accordance with the manufacturer’s 17 guidelines. 18 2. Protect all parts such that no damage or deterioration will occur during a prolonged 19 delay from the time of shipment until installation is completed and the units and 20 equipment are ready for operation. 21 3. Protect all equipment and parts against any damage during a prolonged period at the 22 site. 23 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 24 extremes in temperature. 25 5. Secure and maintain a location to store the material in accordance with Section 01 26 66 00. 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED [NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 32 A. Manufacturers 33 1. Only the manufacturers as listed on the City’s Standard Products List will be 34 considered as shown in Section 01 60 00. 35 a. The manufacturer must comply with this Specification and related Sections. 36 33 31 50 - 5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised April 26, 2013 2. Any product that is not listed on the Standard Products List is considered a 1 substitution and shall be submitted in accordance with Section 01 25 00. 2 3. The services and appurtenances shall be new and the product of a manufacturer 3 regularly engaged in the manufacturing of services and appurtenances having 4 similar service and size. 5 B. Materials/Design Criteria 6 1. Service Line and Fittings (including tee connections) 7 a. PVC pipe and fittings on public property shall be in accordance with Section 33 8 31 20. 9 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 10 with ASTM D1785. 11 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 12 with Section 33 11 10 and Section 33 11 11. 13 2. Service saddle 14 a. Service saddles shall only be allowed when connecting a new service to an 15 existing sanitary sewer main and shall: 16 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with 17 neoprene gasket for seal against main 18 2) Use saddle to fit outside diameter of main 19 3) Use saddle with grooves to retain band clamps 20 4) Use at least 2 stainless steel band clamps for securing saddles to the main 21 b. Inserta tees service connections may not be used. 22 3. Cleanout 23 a. Cleanout stack material should be in accordance with City Standard Details or 24 as shown on Drawings. 25 b. For paved areas, provide a cast iron cleanout and cast iron lid. 26 c. For unpaved areas, provide PVC cleanout and polyethylene lid. 27 4. Coupling 28 a. For connections between new PVC pipe stub out and existing service line, use 29 rubber sleeve couplings with stainless steel double-band repair sleeves to 30 connect to the line. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 3.1 INSTALLERS 35 A. A licensed plumber is required for installations of the service line on private property. 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPARATION [NOT USED] 38 3.4 INSTALLATION 39 A. General 40 33 31 50 - 6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised April 26, 2013 1. Install service line, fittings and cleanout as specified herein, as specified in Section 1 33 05 10 and in accordance with the pipe manufacturer’s recommendations. 2 B. Handling 3 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle 4 with care to avoid damage. 5 a. Inspect each segment of service line and reject or repair any damaged pipe 6 prior to lowering into the trench. 7 2. Do not handle the pipe in such a way that will damage the pipe. 8 C. Service Line 9 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard 10 details, or at lines and grades as indicated in the Drawings. 11 2. If service line is installed by bore as an alternative to open cut, the cost associated 12 with open cut installation, such as pavement removal, trenching, embedment and 13 backfill and pavement patch will not be included as part of the bore installation. 14 3. Excavate and backfill trenches in accordance with 33 05 10. 15 4. Embed PVC Pipe in accordance with 33 05 10. 16 D. Cleanout 17 1. Install out of traffic areas such as driveways, streets and sidewalks whenever 18 possible. 19 a. When not possible, install cast iron cleanout stack and cap. 20 2. Install 2-way cleanout in non-paved areas in accordance with City Standard Details. 21 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. 22 E. Service line connection to main 23 1. New service on new or replacement main 24 a. Determine location of service connections before main installation so the 25 service fittings can be installed during main installation. 26 b. Connect service line to main with a molded or fabricated tee fitting. 27 2. Reconnection to main after pipe enlargement 28 a. Tapping the existing main and installing a strap on tee connection may be used. 29 b. Allow the new main to recover from imposed stretch before tapping and service 30 installation. 31 1) Follow manufacturer’s recommendation for the length of time needed. 32 c. Tap main at 45 degree angle to horizontal when possible. 33 1) Avoid tapping the top of main. 34 d. Extend service line from main to property line or easement line before 35 connecting to the existing service line. 36 3. New service on existing main 37 a. Connect service line to main with a molded or fabricated tee fitting if possible. 38 b. Tapping the existing main and installing a strap on tee connection may be used. 39 F. Private Service Relocation 40 1. Requirements for the relocation of service line on private property 41 a. A licensed plumber must be used to install service line on private property. 42 b. Obtain permit from the Development Department for work on private property. 43 c. Pay for any inspection or permit fees associated with work on private property. 44 33 31 50 - 7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised April 26, 2013 d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the 1 building cleanout and compare to data on the Drawings before beginning 2 service installation. 3 e. Submit elevation information to the City inspector. 4 f. Verify that the 2 percent slope installation requirement can be met. 5 1) If the 2 percent slope cannot be met, verify with the Engineer that line may 6 be installed at the lesser slope. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE-INSTALLATION 9 A. Service Relocation 10 1. All relocations that are not installed as designed or fail to meet the City code shall 11 be reinstalled at the Contractor’s expense. 12 3.7 FIELD QUALITY CONTROL 13 A. Inspections 14 1. Private property service line requires approval by the City plumbing inspector 15 before final acceptance. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 25 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; 33 31 50 - 8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 8 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised April 26, 2013 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 1 33 39 10 - 1 CAST-IN-PLACE CONCRETE MANHOLE Page 1 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 39 10 1 CAST-IN-PLACE CONCRETE MANHOLE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Sanitary Sewer Cast-in-Place Concrete Manholes 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 03 30 00 – Cast-In-Place Concrete 13 4. Section 03 80 00 – Modifications to Existing Concrete Structures 14 5. Section 33 01 30 – Sewer and Manhole Testing 15 6. Section 33 05 13 – Frame, Cover, and Grade Rings 16 7. Section 33 39 60 – Epoxy Liners for Sanitary Sewer Structures 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Manhole 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each “Manhole” installed for: 25 a) Various sizes 26 b) Various types 27 c. The price bid will include: 28 1) Manhole structure complete in place 29 2) Excavation 30 3) Forms 31 4) Concrete 32 5) Backfill 33 6) Foundation 34 7) Drop pipe 35 8) Stubs 36 9) Frame 37 10) Cover 38 11) Grade rings 39 12) Pipe connections 40 13) Pavement removal 41 33 39 10 - 2 CAST-IN-PLACE CONCRETE MANHOLE Page 2 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 14) Hauling 1 15) Disposal of excess material 2 16) Placement and compaction of backfill 3 17) Clean-up 4 2. Extra Depth Manhole 5 a. Measurement 6 1) Measurement for added depth beyond 6 feet will be per vertical foot, 7 measured to the nearest 1/10 foot. 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 vertical foot for “Extra Depth Manhole” specified for: 12 a) Various sizes 13 c. The price bid will include: 14 1) Manhole structure complete in place 15 2) Excavation 16 3) Forms 17 4) Reinforcing steel (if required) 18 5) Concrete 19 6) Backfill 20 7) Foundation 21 8) Drop pipe 22 9) Stubs 23 10) Frame 24 11) Cover 25 12) Grade rings 26 13) Pipe connections 27 14) Pavement removal 28 15) Hauling 29 16) Disposal of excess material 30 17) Placement and compaction of backfill 31 18) Clean-up 32 3. Sanitary Sewer Junction Structure 33 a. Measurement 34 1) Measurement for this Item will be per each Sewer Junction Structure being 35 installed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under “Measurement” shall be paid for at the 39 lump sum bid per each “Sewer Junction Structure” location. 40 c. Price bid will include: 41 1) Junction Structure complete in place 42 2) Excavation 43 3) Forms 44 4) Reinforcing steel (if required) 45 5) Concrete 46 6) Backfill 47 7) Foundation 48 8) Drop pipe 49 33 39 10 - 3 CAST-IN-PLACE CONCRETE MANHOLE Page 3 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 9) Stubs 1 10) Frame 2 11) Cover 3 12) Grade rings 4 13) Pipe connections 5 14) Pavement removal 6 15) Hauling 7 16) Disposal of excess material 8 17) Placement and compaction of backfill 9 18) Clean-up 10 1.3 REFERENCES 11 A. Definitions 12 1. Manhole Type 13 a. Standard Manhole (See City Standard Details) 14 1) Greater than 4 feet deep up to 6 feet deep 15 b. Standard Drop Manhole (See City Standard Details) 16 1) Same as Standard Manhole with external drop connection (s) 17 c. Type “A” Manhole (See City Standard Details) 18 1) Manhole set on a reinforced concrete block placed around 39-inch and 19 larger sewer pipe 20 d. Shallow Manhole (See City Standard Details) 21 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 22 than 39-inch 23 2. Manhole Size 24 a. 4 foot diameter 25 1) Used with pipe ranging from 8-inch to 15-inch 26 b. 5 foot diameter 27 1) Used with pipe ranging from 18-inch to 36-inch 28 c. See specific manhole design on Drawings for pipes larger than 36-inch. 29 B. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. ASTM International (ASTM): 34 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 35 b. D4259, Standard Practice for Abrading Concrete. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. 39 B. All submittals shall be approved by the City prior to delivery. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Product Data 42 1. Drop connection materials 43 33 39 10 - 4 CAST-IN-PLACE CONCRETE MANHOLE Page 4 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Pipe connections at manhole walls 1 3. Stubs and stub plugs 2 4. Admixtures 3 5. Concrete Mix Design 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 12 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 13 A. Manufacturers 14 1. Only the manufacturers as listed on the City’s Standard Products List will be 15 considered as shown in Section 01 60 00. 16 a. The manufacturer must comply with this Specification and related Sections. 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted in accordance with Section 01 25 00. 19 B. Materials 20 1. Concrete – Conform to Section 03 30 00. 21 2. Reinforcing Steel – Conform to Section 03 21 00. 22 3. Frame and Cover – Conform to Section 33 05 13. 23 4. Grade Ring – Conform to Section 33 05 13. 24 5. Pipe Connections 25 a. Pipe connections can be premolded pipe adapter, flexible locked-in boot 26 adapter, or integrally cast gasket channel and gasket. 27 6. Interior Coating or Liner – Conform to Section 33 39 60, if required. 28 7. Exterior Coating 29 a. Use Coal Tar Bitumastic for below grade damp proofing. 30 b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. 31 c. Solids content is 68 percent by volume ± 2 percent. 32 33 39 10 - 5 CAST-IN-PLACE CONCRETE MANHOLE Page 5 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION 5 A. Evaluation and Assessment 6 1. Verify lines and grades are in accordance to the Drawings. 7 3.3 PREPARATION 8 A. Foundation Preparation 9 1. Excavate 8 inches below manhole foundation. 10 2. Replace excavated soil with course aggregate, creating a stable base for the 11 manhole construction. 12 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 13 mud slab may be substituted. 14 3.4 INSTALLATION 15 A. Manhole 16 1. Construct manhole to dimensions shown on Drawings. 17 2. Cast manhole foundation and wall monolithically. 18 a. A cold joint with water stop is allowed when the manhole depth exceeds 12 19 feet. 20 b. No other joints are allowed unless shown on Drawings. 21 3. Place, finish and cure concrete according to Section 03 30 00. 22 a. Manholes must cure 3 days before backfilling around structure. 23 B. Pipe connection at Manhole 24 1. Do not construct joints of sewer pipe within wall sections of manhole. 25 C. Invert 26 1. Construct invert channels to provide a smooth waterway with no disruption of flow 27 at pipe-manhole connections. 28 2. For direction changes of mains, construct channels tangent to mains with maximum 29 possible radius of curvature. 30 a. Provide curves for side inlets. 31 3. Sewer pipe may be laid through the manhole and the top ½ of the pipe removed to 32 facilitate manhole construction. 33 4. For all standard manholes provide full depth invert. 34 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 35 inches in depth. 36 D. Drop Manhole Connection 37 33 39 10 - 6 CAST-IN-PLACE CONCRETE MANHOLE Page 6 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. Install drop connection when sewer line enters manhole higher than 24 inches 1 above the invert. 2 E. Final Rim Elevation 3 1. Install concrete grade rings for height adjustment. 4 a. Construct grade ring on load bearing shoulder of manhole. 5 b. Use sealant between rings as shown on Drawings. 6 2. Set frame on top of manhole or grade rings using continuous water sealant. 7 3. Remove debris, stones and dirt to ensure a watertight seal. 8 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 9 final surface elevation of the manhole frame. 10 F. Internal coating 11 1. Internal coating application will conform to Section 33 39 60, if required by 12 Drawings. 13 G. External coating 14 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 15 the coating. 16 2. Cure for 3 days before backfilling around structure. 17 3. Coat the same date the forms are removed. 18 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 19 5. Application will follow manufacturer’s recommendation. 20 H. Modifications and Pipe Penetrations 21 1. Conform to Section 03 80 00. 22 I. Junction Structures 23 1. All structures shall be installed as specified in Drawings. 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE-INSTALLATION [NOT USED] 26 3.7 FIELD QUALITY CONTROL 27 A. Field Tests and Inspections 28 1. Perform vacuum test in accordance with Section 33 01 30. 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 33 39 10 - 7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of 7 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 END OF SECTION 1 2 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 3 33 39 20 - 1 PRECAST CONCRETE MANHOLE Page 1 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 39 20 1 PRECAST CONCRETE MANHOLE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast 6 Concrete Manholes 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 03 30 00 – Cast-in-Place Concrete 14 4. Section 03 80 00 – Modifications to Existing Concrete Structures 15 5. Section 33 01 30 – Sewer and Manhole Testing 16 6. Section 33 05 13 – Frame, Cover, and Grade Rings 17 7. Section 33 39 60 – Epoxy Liners for Sanitary Sewer Structures 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Manhole 21 a. Measurement 22 1) Measurement for this Item shall be per each concrete manhole installed. 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 “Manhole” installed for: 26 a) Various sizes 27 b) Various types 28 c. The price bid will include: 29 1) Manhole structure complete in place 30 2) Excavation 31 3) Forms 32 4) Reinforcing steel (if required) 33 5) Concrete 34 6) Backfill 35 7) Foundation 36 8) Drop pipe 37 9) Stubs 38 10) Frame 39 11) Cover 40 12) Grade rings 41 33 39 20 - 2 PRECAST CONCRETE MANHOLE Page 2 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 13) Pipe connections 1 14) Pavement removal 2 15) Hauling 3 16) Disposal of excess material 4 17) Placement and compaction of backfill 5 18) Clean-up 6 2. Extra Depth Manhole 7 a. Measurement 8 1) Measurement for added depth beyond 6 feet will be per vertical foot, 9 measured to the nearest 1/10 foot. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under “Measurement” will be paid for at the unit 13 price bid per vertical foot for “Extra Depth Manhole” specified for: 14 a) Various sizes 15 c. The price bid will include: 16 1) Manhole structure complete in place 17 2) Excavation 18 3) Forms 19 4) Reinforcing steel (if required) 20 5) Concrete 21 6) Backfill 22 7) Foundation 23 8) Drop pipe 24 9) Stubs 25 10) Frame 26 11) Cover 27 12) Grade rings 28 13) Pipe connections 29 14) Pavement removal 30 15) Hauling 31 16) Disposal of excess material 32 17) Placement and compaction of backfill 33 18) Clean-up 34 1.3 REFERENCES 35 A. Definitions 36 1. Manhole Type 37 a. Standard Manhole (See City Standard Details) 38 1) Greater than 4 feet deep up to 6 feet deep 39 b. Standard Drop Manhole (See City Standard Details) 40 1) Same as Standard Manhole with external drop connection(s) 41 c. Type “A” Manhole (See City Standard Details) 42 1) Manhole set on a reinforced concrete block placed around 39-inch and 43 larger sewer pipe. 44 d. Shallow Manhole (See City Standard Details) 45 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 46 than 39-inch 47 2. Manhole Size 48 33 39 20 - 3 PRECAST CONCRETE MANHOLE Page 3 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a. 4 foot diameter 1 1) Used with pipe ranging from 8-inch to 15-inch 2 b. 5 foot diameter 3 1) Used with pipe ranging from 18-inch to 36-inch 4 2) See specific manhole design on Drawings for pipes larger than 36-inch. 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. ASTM International (ASTM): 10 a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using 11 Rubber Gaskets 12 b. C478, Standard Specification for Precast Reinforced Concrete Manhole 13 Sections. 14 c. C923, Standard Specification for Resilient Connectors Between Reinforced 15 Concrete Manholes Structures, Pipes, and Laterals. 16 d. D1187, Standard Specification for Asphalt-Base Emulsion for Use as Protective 17 Coatings for Metal 18 e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective 19 Coating for Roofing 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS 22 A. Submittals shall be in accordance with Section 01 33 00. 23 B. All submittals shall be approved by the City prior to delivery. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Precast Concrete Manhole 27 2. Drop connection materials 28 3. Pipe connections at manhole walls 29 4. Stubs and stub plugs 30 5. Admixtures 31 6. Concrete Mix Design 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY 38 A. Manufacturer Warranty 39 33 39 20 - 4 PRECAST CONCRETE MANHOLE Page 4 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. Manufacturer’s Warranty shall be in accordance with Division 1. 1 PART 2 - PRODUCTS 2 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 4 A. Manufacturers 5 1. Only the manufacturers as listed on the City’s Standard Products List will be 6 considered as shown in Section 01 60 00. 7 a. The manufacturer must comply with this Specification and related Sections. 8 2. Any product that is not listed on the Standard Products List is considered a 9 substitution and shall be submitted in accordance with Section 01 25 00. 10 B. Materials 11 1. Precast Reinforced Concrete Sections – Conform to ASTM C478. 12 2. Precast Joints 13 a. Provide gasketed joints in accordance with ASTM C443. 14 b. Minimize number of segments. 15 c. Use long joints at the bottom and shorter joints toward the top. 16 d. Include manufacturer’s stamp on each section. 17 3. Lifting Devices 18 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 19 1) If lift lugs are provided, place 180 degrees apart. 20 2) If lift holes are provided, place 180 degrees apart and grout during manhole 21 installation. 22 4. Frame and Cover – Conform to Section 33 05 13. 23 5. Grade Ring – Conform to Section 33 05 13 and ASTM C478. 24 6. Pipe Connections 25 a. Utilize either an integrally cast embedded pipe connector or a boot-type 26 connector installed in a circular block out opening conforming to ASTM C923. 27 7. Steps 28 a. No steps are allowed. 29 8. Interior Coating or Liner – Conform to Section 33 39 60. 30 9. Exterior Coating 31 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 32 Type I and ASTM D1227 Type III Class I. 33 2.3 ACCESSORIES [NOT USED] 34 2.4 SOURCE QUALITY CONTROL [NOT USED] 35 33 39 20 - 5 PRECAST CONCRETE MANHOLE Page 5 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 PART 3 - EXECUTION 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION 3 A. Evaluation and Assessment 4 1. Verify lines and grades are in accordance to the Drawings. 5 3.3 PREPARATION 6 A. Foundation Preparation 7 1. Excavate 8 inches below manhole foundation. 8 2. Replace excavated soil with course aggregate; creating a stable base for manhole 9 construction. 10 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 11 mud slab may be substituted. 12 3.4 INSTALLATION 13 A. Manhole 14 1. Construct manhole to dimensions shown on Drawings. 15 2. Precast Sections 16 a. Provide bell-and-spigot design incorporating a premolded joint sealing 17 compound for wastewater use. 18 b. Clean bell spigot and gaskets, lubricate and join. 19 c. Minimize number of segments. 20 d. Use long joints used at the bottom and shorter joints toward the top. 21 B. Invert 22 1. Construct invert channels to provide a smooth waterway with no disruption of flow 23 at pipe-manhole connections. 24 2. For direction changes of mains, construct channels tangent to mains with maximum 25 possible radius of curvature. 26 a. Provide curves for side inlets. 27 3. For all standard manholes provide full depth invert. 28 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 29 inches in depth. 30 C. Drop Manhole Connection 31 1. Install drop connection when sewer line enters manhole higher than 24 inches 32 above the invert. 33 D. Final Rim Elevation 34 1. Install concrete grade rings for height adjustment. 35 a. Construct grade ring on load bearing shoulder of manhole. 36 b. Use sealant between rings as shown on Drawings. 37 2. Set frame on top of manhole or grade rings using continuous water sealant. 38 3. Remove debris, stones and dirt to ensure a watertight seal. 39 33 39 20 - 6 PRECAST CONCRETE MANHOLE Page 6 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 1 final surface elevation of the manhole frame. 2 E. Internal coating 3 1. Internal coating application will conform to Section 33 39 60, if required by 4 Drawings. 5 F. External coating 6 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 7 the coating. 8 2. Cure manhole for 3 days before backfilling around the structure. 9 3. Application will follow manufacturer’s recommendation. 10 G. Modifications and Pipe Penetrations 11 1. Conform to Section 03 80 00. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL 15 A. Field Tests and Inspections 16 1. Perform vacuum test in accordance with Section 33 01 30. 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 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 26 33 39 60 - 1 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 39 60 1 EPOXY 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 to concrete utility structures such 6 as manholes, lift station wet wells, junction boxes or other concrete facilities that 7 may need protection from corrosive materials 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 – General Requirements 14 3. Section 33 01 30 – Sewer and Manhole Testing 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Manholes 18 a. Measurement 19 1) Measurement for this Item shall be per vertical foot of coating as measured 20 from the bottom of the frame to the top of the bench. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under “Measurement” will be paid for at the unit 24 price bid per vertical foot of “Epoxy Manhole Liner” applied. 25 c. The price bid shall include: 26 1) Furnishing and installing Liner as specified by the Drawings 27 2) Hauling 28 3) Disposal of excess material 29 4) Clean-up 30 5) Cleaning 31 6) Testing 32 2. Non-Manhole Structures 33 a. Measurement 34 1) Measurement for this Item shall be per square foot of area where the 35 coating is applied. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under “Measurement” shall be paid for at the 39 unit price bid per square foot of “Epoxy Structure Liner” applied. 40 c. The price bid shall include: 41 1) Furnishing and installing Liner as specified by the Drawings 42 33 39 60 - 2 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2) Hauling 1 3) Disposal of excess material 2 4) Clean-up 3 5) Cleaning 4 6) Testing 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. ASTM International (ASTM): 11 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 12 Reagents. 13 b. D638, Standard Test Method for Tensile Properties of Plastics. 14 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 15 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 16 Reinforced Plastics and Electrical Insulating Materials. 17 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 18 the Taber Abraser. 19 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 20 Gages. 21 g. D4541, Standard Test Method for Pull-off Strength of Coatings Using Portable 22 Adhesion Testers. 23 3. Environmental Protection Agency (EPA). 24 4. NACE International (NACE). 25 5. Occupational Safety and Health Administration (OSHA). 26 6. Resource Conservation and Recovery Act, (RCRA). 27 7. The Society for Protective Coatings/NACE International (SSPC/NACE): 28 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Product Data 35 1. Technical data sheet on each product used 36 2. Material Safety Data Sheet (MSDS) for each product used 37 3. Copies of independent testing performed on the coating product indicating the 38 product meets the requirements as specified herein 39 4. Technical data sheet and project specific data for repair materials to be topcoated 40 with the coating product including application, cure time and surface preparation 41 procedures 42 33 39 60 - 3 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 B. Contractor Data 1 1. Current documentation from coating product manufacturer certifying Contractor’s 2 training and equipment complies with the Quality Assurance requirements specified 3 herein 4 2. 5 recent references of Contractor indicating successful application of coating 5 product(s) of the same material type as specified herein, applied by spray 6 application within the municipal wastewater environment 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE 10 A. Qualifications 11 1. Contractor 12 a. Be trained by, or have training approved and certified by, the coating product 13 manufacturer for the handling, mixing, application and inspection of the coating 14 product(s) to be used as specified herein 15 b. Initiate and enforce quality control procedures consistent with the coating 16 product(s) manufacturer recommendations and applicable NACE or SSPC 17 standards as referenced herein 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Keep materials dry, protected from weather and stored under cover. 20 B. Store coating materials between 50 degrees F and 90 degrees F. 21 C. Do not store near flame, heat or strong oxidants. 22 D. Handle coating materials according to their material safety data sheets. 23 1.11 FIELD [SITE] CONDITIONS 24 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 25 perform the specified work. 26 1.12 WARRANTY 27 A. Contractor Warranty 28 1. Contractor’s Warranty shall be in accordance with Division 0. 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 32 A. Repair and Resurfacing Products 33 1. Compatible with the specified coating product(s) in order to bond effectively, thus 34 forming a composite system 35 2. Used and applied in accordance with the manufacturer’s recommendations 36 3. The repair and resurfacing products must meet the following: 37 33 39 60 - 4 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy 1 topcoating compatibility 2 b. Factory blended, rapid setting, high early strength, fiber reinforced, non-shrink 3 repair mortar that can be toweled or pneumatically spray applied and 4 specifically formulated to be suitable for topcoating with the specified coating 5 product used 6 B. Coating Product 7 1. Capable of being installed and curing properly within a manhole or concrete utility 8 environment 9 2. Resistant to all forms of chemical or bacteriological attack found in municipal 10 sanitary sewer systems; and, capable of adhering to typical manhole structure 11 substrates 12 3. The 100 percent solids, solvent-free ultra high-build epoxy system shall exhibit the 13 following characteristics: 14 a. Application Temperature – 50 degrees F, minimum 15 b. Thickness – 125 mils minimum 16 c. Color – White, Light Blue, or Beige 17 d. Compressive Strength (per ASTM D695) – 8,800 psi minimum 18 e. Tensile Strength (per ASTM D638) – 7,500 psi minimum 19 f. Hardness, Shore D (per ASTM D4541) – 70 minimum 20 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) – 80 mg loss 21 maximum 22 h. Flexural Modulus (per ASTM D790) – 400,000 psi minimum 23 i. Flexural Strength (per ASTM D790) – 12,000 psi minimum 24 j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) 25 failure 26 k. Chemical Resistance (ASTM D543/G20) all types of service for: 27 1) Municipal sanitary sewer environment 28 2) Sulfuric acid, 30 percent 29 3) Sodium hydroxide, 5 percent 30 C. Coating Application Equipment 31 1. Manufacturer approved heated plural component spray equipment 32 2. Hard to reach areas, primer application and touch-up may be performed using hand 33 tools. 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL 36 1. Testing 37 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 38 manhole, 2 spaced equally apart along the wall and 1 on the bench. 39 1) Document and attest measurements and provide to the City. 40 b. After coating has set, repair all visible pinholes by lightly abrading the surface 41 and brushing the lining material over the area. 42 c. Repair all blisters and evidence of uneven cover according to the 43 manufacturer’s recommendations. 44 d. Test manhole for final acceptance according to Section 33 01 30. 45 33 39 60 - 5 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 PART 3 - EXECUTION 1 3.1 INSTALLERS 2 A. All installers shall be certified applicators approved by the manufacturers. 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION 5 A. Manhole Preparation 6 1. Stop active flows via damming, plugging or diverting as required to ensure all 7 liquids are maintained below or away from the surfaces to be coated. 8 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 9 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 10 source. 11 a. Where varying surface temperatures do exist, coating installation should be 12 scheduled when the temperature is falling versus rising. 13 B. Surface Preparation 14 1. Remove oils, grease, incompatible existing coatings, waxes, form release, curing 15 compounds, efflorescence, sealers, salts or other contaminants which may affect the 16 performance and adhesion of the coating to the substrate. 17 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 18 means of degradation so that only sound substrate remains. 19 3. Surface preparation method, or combination of methods, that may be used include 20 high pressure water cleaning, high pressure water jetting, abrasive blasting, 21 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 22 others as described in SSPC SP 13/NACE No. 6. 23 4. All methods used shall be performed in a manner that provides a uniform, sound, 24 clean, neutralized, surface suitable for the specified coating product. 25 3.4 INSTALLATION 26 A. General 27 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 28 grouting are complete. 29 2. Perform application procedures per recommendations of the coating product 30 manufacturer, including environmental controls, product handling, mixing and 31 application. 32 B. Temperature 33 1. Only perform application if surface temperature is between 40 and 120 degrees F. 34 2. Make no application if freezing is expected to occur inside the manhole within 24 35 hours after application. 36 C. Coating 37 1. Spray apply per manufacturer’s recommendation at a minimum film thickness of 38 125 mils. 39 2. Apply coating from bottom of manhole frame to the bench/trough, including the 40 bench/trough. 41 33 39 60 - 6 EPOXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3. After walls are coated, remove bench covers and spray bench/trough to at least the 1 same thickness as the walls. 2 4. Apply any topcoat or additional coats within the product’s recoat window. 3 a. Additional surface preparation is required if the recoat window is exceeded. 4 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 5 flow. 6 3.5 REPAIR / RESTORATION [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL 9 A. Each structure will be visually inspected by the City the same day following the 10 application. 11 B. The inspector will check for deficiencies, pinholes and thin spots. 12 C. If leaks are detected they will be chipped back, plugged and coated immediately with 13 protective epoxy resin coating. 14 1. Make repair 24 hours after leak detection. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES 19 A. Upon final completion of the work, the manufacturer will provide a written certification 20 of proper application to the City. 21 B. The certification will confirm that the deficient areas were repaired in accordance with 22 the procedure set forth in this Specification. 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 33 41 10 - 1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 SECTION 33 41 10 1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, 6 including: 7 a. Pipe or box fittings 8 b. Connection of drain lines to curb inlets 9 c. All joints 10 d. All connections to new or existing pipe or headwalls, manholes, etc., to the 11 lines and grades shown on the Drawings 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 01 31 – Closed Circuit Television (CCTV) Inspection 18 4. Section 03 30 00 – Cast-in-Place Concrete 19 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 20 6. Section 33 05 23 – Hand Tunneling 21 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Reinforced Concrete Storm Drain Pipe 25 a. Measurement 26 1) Measured along the longitudinal centerline of the pipe from the initial 27 beginning point as shown on Drawings to the end of construction as shown 28 on Drawings, excluding inside diameters of any manholes encountered 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under “Measurement” will be paid for at the unit 32 price bid per linear foot of “RCP” installed for: 33 a) Various sizes 34 b) Various classes 35 c. The price bid shall include: 36 1) Furnishing and installing the specified diameter pipe and appurtenant 37 fittings 38 2) Mobilization 39 3) Pavement removal 40 4) Excavation 41 33 41 10 - 2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 5) Hauling 1 6) Disposal of excess material 2 7) Furnishing, placement and compaction of embedment 3 8) Furnishing, placement and compaction of backfill 4 9) Gaskets 5 10) Clean-up 6 11) Cleaning 7 12) Jointing 8 13) Connections to all drainage structures 9 2. Reinforced Concrete Storm Drain Culverts 10 a. Measurement 11 1) Measured along the longitudinal centerline of the pipe from the initial 12 beginning point as shown on Drawings to the end of construction as shown 13 on Drawings, excluding inside diameters of any manholes encountered 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under “Measurement” will be paid for at the unit 17 price bid per linear foot of “Box Culvert” installed for: 18 a) Various sizes 19 c. The price bid shall include: 20 1) Furnishing and installing the specified diameter pipe and appurtenant 21 fittings 22 2) Mobilization 23 3) Pavement removal 24 4) Excavation 25 5) Hauling 26 6) Disposal of excess material 27 7) Furnishing, placement and compaction of embedment 28 8) Furnishing, placement and compaction of backfill 29 9) Gaskets 30 10) Clean-up 31 11) Cleaning 32 12) Jointing 33 13) Connections to all drainage structures 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. American Association of State Highway and Transportation Officials (AASHTO): 40 a. T111, Inorganic Matter or Ash in Bituminous Materials. 41 3. ASTM International (ASTM): 42 a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for 43 Concrete. 44 b. A497, Standard Specification for Steel Welded Wire Reinforcement, 45 Deformed, for Concrete. 46 c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and 47 Sewer Pipe. 48 33 41 10 - 3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 d. C361, Standard Specification for Reinforced Concrete Low-Head Pressure 1 Pipe. 2 e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using 3 Rubber Gaskets. 4 f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 5 g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm 6 Drain, and Sewer Pipe. 7 h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm 8 Drain, and Sewer Pipe. 9 i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and 10 Precast Box Sections Using Preformed Flexible Joint Sealants. 11 j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box 12 Sections for Culverts, Storm Drains, and Sewers. 13 k. D4, Standard Test Method for Bitumen Content. 14 l. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic 15 Compounds. 16 m. D36, Standard Test Method for Softening Point of Bitumen (Ring-and-Ball 17 Apparatus). 18 n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt 19 (Displacement Method). 20 o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup 21 Tester. 22 p. D113, Standard Test Method for Ductility of Bituminous Materials. 23 q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 24 4. TxDOT Test Procedures (Tex): 25 a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for 26 Precast Concrete 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 01 33 00. 30 B. All submittals shall be approved by the City prior to delivery. 31 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 32 A. Certificates 33 1. Furnish manufacturer’s certificate of compliance that their product meets the 34 physical testing requirements of this Specification for the materials referenced 35 including, but not limited to: 36 a. Reinforced concrete pipe 37 b. Concrete box culvert 38 c. Jointing materials 39 33 41 10 - 4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING 4 A. Storage and Handling Requirements 5 1. Secure and maintain a location to store the material in accordance with Section 01 6 66 00. 7 2. Keep pipe clean and fully drained during storage. 8 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 9 4. Repair or replace any damaged pipe before installation per the manufacturer’s 10 recommendation. 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 16 A. Fabrication 17 1. Precast Reinforced Concrete Pipe 18 a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or 19 ASTM C507 for circular, arch or elliptical pipe respectively. 20 b. Utilize a machine made process or cast by a process that will provide uniform 21 placement of a mixture of cement, aggregate and water proportional to provide 22 a homogeneous concrete meeting the specified strength requirements. 23 c. Mix concrete in a central batch plant or other approved batching facility where 24 the quality and uniformity of the concrete is assured. 25 d. Do not use transit mixed concrete to manufacture precast concrete pipe. 26 2. Concrete Box Culvert 27 a. Cast-in-Place 28 1) Conform to Section 03 30 00. 29 b. Precast 30 1) Furnish machine made precast boxes in accordance with ASTM C1433. 31 2) Utilize a machine made process or cast by a process that will provide 32 uniform placement of a mixture of cement, aggregate, and water 33 proportional to provide a homogeneous concrete meeting the specified 34 strength requirements. 35 3) Concrete water to cement ratio not to exceed 0.53 by weight 36 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless 37 mix designs with lower cement content demonstrate that the quality and 38 performance of the sections meet the requirements of this Specification. 39 33 41 10 - 5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 5) Mix concrete in a central batch plant or other approved batching facility 1 where the quality and uniformity of the concrete is assured. 2 6) Do not use transit mixed concrete to manufacture precast concrete box 3 culvert. 4 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 5 or ASTM A497. 6 3. Jointing Materials 7 a. Use any of the materials described in this Section for the making of joints. 8 1) Furnish a manufacturer’s certificate of compliance for all jointing materials. 9 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 10 a) Provide flexible joint sealants that meet the requirements of 11 ASTM C990. 12 b) Utilize 1 continuous gasket conforming to the joint shape for each joint. 13 c) Plastic gasket shall be produced from blends of refined hydrocarbon 14 resins and plasticizing compounds reinforced with inert mineral filler 15 and shall contain no solvents, irritating fumes or obnoxious odors. 16 d) Use flexible joint sealants that do not depend on oxidizing, evaporating 17 or chemical action for its adhesive or cohesive strength. 18 e) Supply in extruded rope form of suitable cross section and size as to fill 19 the joint space when the pipes are joined. 20 f) Provide a size of the pre-formed flexible joint sealant in accordance 21 with the manufacturer's recommendations and large enough to properly 22 seal the joint and obtain the squeeze out as described under 23 construction methods. 24 g) The gasket joint sealer shall be protected by a suitable removable 2-25 piece wrapper, and the 2-piece wrapper shall be so designed that ½ may 26 be removed longitudinally without disturbing the other ½ to facilitate 27 application as noted below. 28 h) The chemical composition of the gasket joint sealing compound as 29 shipped shall meet the requirements of Table 1 when tested in 30 accordance with the test methods shown. 31 32 Table 1. Sealing Compound Chemical Composition 33 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 34 i) Gasket joint sealing compound when immersed for 30 days at ambient 35 room temperature separately in 5 percent solution of caustic potash, a 36 mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric 37 acid and a saturated hydrogen sulfide (H2S) solution shall show no 38 visible deterioration. 39 j) The physical properties of the gasket joint sealing compound as 40 shipped shall meet the requirements in Table 2 when tested in 41 accordance with the test methods shown. 42 43 33 41 10 - 6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 Table 2. Sealing Compound Physical Properties 1 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 2 a) Provide gaskets that conform to ASTM C361 or ASTM C443. 3 b) Meet the requirements of ASTM C443 for design of the joints and 4 permissible variations in dimensions. 5 B. Design Criteria 6 1. Reinforced Concrete Pipe 7 a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe 8 with shell thickness, circumferential reinforcement and strength conforming to 9 the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch 10 or elliptical pipe respectively, except as modified below: 11 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular 12 reinforcement. 13 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its 14 option, furnish pipe manufactured with either Wall "B" or Wall "C" 15 minimum thicknesses and the applicable minimum steel area as listed for 16 circular cages in Table II of ASTM C76, provided test strength 17 requirements for Class III pipe are satisfactorily met. 18 b. Jacking, Boring, or Tunneling 19 1) Design pipe for jacking, boring or tunneling conforming to the 20 requirements of Section 33 05 23. 21 2) When requested, provide design notes and drawings signed and sealed by a 22 Texas licensed professional engineer. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A. Tests and Inspections 26 1. Reinforced Concrete Pipe 27 a. Acceptance of pipe will be determined by the results of the following tests: 28 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 29 2) Absorption tests in accordance with ASTM C497. 30 3) 3-edge bearing tests in accordance with ASTM C497. 31 a) Testing Rate 32 (1) If tested for 0.01-inch crack only: 33 (a) Test 0.8 percent of pipe sections for each size included in order 34 (2) If tested for 0.01-inch crack and ultimate load: 35 33 41 10 - 7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 (a) Test 0.2 percent of pipe sections for each size included in order 1 b) Pipes that have been tested only to the formation of a 0.01 inch crack 2 and that meet the 0.01 inch test load requirements shall be accepted for 3 use. 4 c) Failed Pipe 5 (1) Test 2 consecutive joints in the same mix series if a specimen fails 6 to meet test requirements. 7 (2) Entire pipe series will be rejected if 1 of the consecutive joints fails 8 to meet test requirements. 9 d) Pipes larger than 1 inch in diameter may be accepted on the basis of 10 material tests and inspection of completed product as an alternate to 3-11 edge bearing test, at the option of the manufacturer. 12 (1) Acceptance of pipe will be determined by the results of the material 13 tests as required in ASTM C76, ASTM C506 or ASTM C507. 14 (a) Perform crushing tests on cores taken from barrel of completed 15 and cured pipe. 16 (b) Perform absorption tests on samples from pipe wall. 17 (c) Inspect finished pipe including amount and placement of 18 reinforcement. 19 (2) Manufacturer will furnish facilities and personnel for taking core 20 samples from pipe barrel and for determining compressive strength 21 of samples. 22 (3) Manufacturer will plug and seal core holes if samples meet strength 23 requirements. 24 (a) Plug and seal sections in a manner that the pipe section will 25 meet all test requirements of ASTM C76, ASTM C506 or 26 ASTM C507. 27 (b) Pipe sections plugged and sealed as described above will be 28 accepted for use. 29 4) Inspect the finished pipe to determine its conformance with the required 30 design. 31 2. Cast-in-Place Concrete Box Culvert 32 a. Provide test specimens that meet the requirements of Division 03. 33 3. Precast Box Culvert 34 a. Make test specimens in test cylinders at the same time and in the same manner 35 as the box sections they represent. 36 b. Make a minimum of 4 test cylinders for each day’s production run and each 37 mix design. 38 c. Cure test cylinders in the same manner and for the same times as the boxes they 39 represent. 40 d. Test the specimens in accordance with Tex-704-I. 41 B. Sizes and Permissible Variations 42 1. Reinforced Concrete Pipe 43 a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, 44 placement of reinforcement, laying length and the permissible under run of 45 length are in accordance with the applicable ASTM Specification for each type 46 of pipe as referred to previously. 47 33 41 10 - 8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 b. Where rubber gasket pipe joints are to be used, the design of joints and 1 permissible variations in dimensions shall be in accordance with ASTM C443, 2 Sections 7 and 8. 3 2. Cast-in-Place or Precast Box Culvert 4 a. Ensure that precast sections of either type meet the following requirements: 5 1) The inside vertical and horizontal dimensions do not vary from Drawing 6 requirements by more than 1/2 inch or 1 percent, whichever is greater. 7 2) The horizontal or vertical plane at each end of the box section does not vary 8 from perpendicular by more than 1/2 inch or 1 percent, whichever is 9 greater, measured on the inside faces of the section. 10 3) The sides of a section at each end do not vary from being perpendicular to 11 the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, 12 when measured diagonally between opposite interior corners. 13 b. Ensure that wall and slab thicknesses are not less than shown on the Drawings 14 except for occasional deficiencies not greater than 1/4 inch or 5 percent, 15 whichever is greater. 16 1) If proper jointing is not affected, thicknesses in excess of Drawing 17 requirements are acceptable. 18 c. Deviations from the above tolerances will be acceptable if the sections can be 19 fitted at the plant or job site and the joint opening at any point does not exceed 20 1 inch. 21 1) Use match marks for proper installation on sections that have been accepted 22 in this manner. 23 C. Workmanship and Finish 24 1. Reinforced Concrete Pipe 25 a. Ensure that pipe is substantially free from fractures, large or deep cracks and 26 surface roughness. 27 b. Ensure that ends of pipe are normal to the walls and centerline of the pipe 28 within the limits of variations allowed as stated previously. 29 2. Cast-in-Place or Precast Box Culvert 30 a. Fine cracks on the surface of the member that do not extend to the plane of the 31 nearest reinforcement are acceptable unless the cracks are numerous and 32 extensive. 33 b. Repair cracks that extend into the plane of the reinforcing steel in an approved 34 manner. 35 c. Excessive damage, honeycomb or cracking will be subject to structural review. 36 d. The City may accept boxes with repairs that are sound, properly finished and 37 cured in conformance with pertinent Specifications. 38 e. When fine cracks on the surface indicate poor curing practices, discontinue 39 further production of precast sections until corrections are made and proper 40 curing is provided. 41 D. Curing 42 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type 43 of pipe as referred to above. 44 E. Marking 45 1. Reinforced Concrete Pipe 46 a. Clearly mark the following information on each section of pipe: 47 33 41 10 - 9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 1) Class of pipe 1 2) ASTM designation 2 3) Date of manufacture 3 4) Identification of plant 4 5) Name or trademark of the manufacturer 5 6) Pipe to be used for jacking and boring 6 b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end 7 of each section during the process of manufacture or immediately after with the 8 following: 9 1) The location of the top or bottom of the pipe as it should be installed, 10 unless the external shape of the pipe is such that the correct position of the 11 top and bottom is obvious 12 2) Mark the pipe section by indenting or painting with waterproof paint. 13 2. Cast-in-Place or Precast Box Culvert 14 a. Mark precast boxes with the following: 15 1) Name or trademark of the producer 16 2) Date of manufacture 17 3) Box size 18 4) Minimum and maximum fill heights 19 b. For boxes without lifting holes, mark 1 end of each box section on the inside 20 and outside walls to indicate the top or bottom as it will be installed. 21 c. Indent markings into the box section or paint them on each box with waterproof 22 paint. 23 F. Pipe/Box Rejection 24 1. Individual sections of pipe/box may be rejected if any of the Specification 25 requirements are not met or if any of the following exist: 26 a. Fractures or cracks passing through the shell, with the exception of a single end 27 crack that does not exceed the depth of the joint 28 b. Defects that indicate imperfect proportioning, mixing and molding 29 c. Surface defects indicating honeycombed or open texture 30 d. Damaged ends which would prevent making a satisfactory joint 31 e. Any continuous crack having a surface width of 0.01 inch or more and 32 extending for a length of 12 inch or more 33 2. Mark rejected pipe/box with painted “REJECTED”. 34 3. Remove rejected pipe/box immediately from job site and replace with pipe/box 35 meeting the requirements of this Specification. 36 PART 3 - EXECUTION 37 3.1 INSTALLERS [NOT USED] 38 3.2 EXAMINATION [NOT USED] 39 3.3 PREPARATION [NOT USED] 40 3.4 INSTALLATION 41 A. General 42 33 41 10 - 10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for 1 open-cut type installation. 2 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling 3 methods are specified on Drawings. 4 3. Establish and maintain lines and grades. 5 B. Pipe/Box Laying – Trench Installation 6 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom 7 conditions. 8 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot 9 or tongue end of the pipe joint pointing downstream, and proceed toward the inlet 10 or upstream end with the abutting sections properly matched, true to the established 11 lines and grades. 12 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box 13 according to manufacturer’s recommendation. 14 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing 15 the prepared bedding or sides of trench. 16 5. Carefully clean pipe/box ends before pipe is placed in trench. 17 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each 18 length of pipe/box is laid. 19 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 20 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical 21 reinforcing is used, lay the pipe in trench so that the markings for top or bottom are 22 not more than 5 degrees from the vertical plane through the longitudinal axis of the 23 pipe 24 9. Remove and re-lay, without extra compensation, pipe/box that is not in alignment 25 or that shows excessive settlement after laying. 26 C. Multiple Barrel Box Culvert Placement 27 1. Fill the annular space between multiple boxes with crushed rock or CLSM 28 according to 03 34 13. 29 a. Water jetting will not be allowed between parallel boxes. 30 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the 31 inlet end with the abutting sections properly matched. 32 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established 33 lines and grades. 34 D. Jointing 35 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 36 a. Brush-apply a suitable primer, recommended by the manufacturer of the gasket 37 joint sealer, to tongue and groove joint surfaces and end surfaces. 38 1) Ensure that surface to be primed is clean and dry when primer is applied. 39 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement 40 protrusions. 41 3) Allow primer to dry and harden. 42 b. Attach plastic gasket sealer around tapered tongue or tapered groove near the 43 pipe joint hub or shoulder, before laying pipe in trench. 44 33 41 10 - 11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 11 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and 1 press it firmly to the clean, dry pipe joint surface. 2 1) Do not remove the outside wrapper until immediately before pushing pipe 3 into its final position. 4 d. Align the tongue correctly with the flare of the groove. 5 e. Remove outside wrapper on the gasket and pull or push pipe home with 6 sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause 7 evidence of gasket material squeeze-out on inside or outside around complete 8 pipe joint circumference. 9 1) Remove any joint material that pushed out into the interior of pipe. 10 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on 11 line and grade at all times. 12 f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint 13 has been inspected and approved by the Engineer or Inspector. 14 1) Take special precautions in placing and compacting backfill to avoid 15 damage to joints. 16 g. When the atmospheric temperature is below 60 degrees F, store pre-formed 17 flexible joint sealants in an area warmed to above 70° degrees F or artificially 18 warmed to this temperature in a manner satisfactory to the Engineer. 19 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, 20 followed by connection to previously laid pipe. 21 2. Rubber Gaskets 22 a. Make the joint assembly according to the recommendations of the gasket 23 manufacturer. 24 b. When using rubber gaskets, make joints watertight. 25 c. Backfill after the joint has been inspected and approved. 26 E. Backfill 27 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. 28 F. Pipe fittings 29 1. Poured Concrete Pipe Collars 30 a. Provide collars for locations shown on Drawings. 31 b. Collar cost is considered subsidiary to bid price for furnishing and installing 32 reinforced concrete pipe. No extra payment will be made for installation of 33 concrete pipe collars shown on the Drawings. 34 2. Shop and Field-Fabricated Wyes, Tees, Crosses and Bends 35 a. Furnish and install shop or field-fabricated wyes, tees, crosses or bends as 36 indicated on Drawings or required by the Engineer. 37 b. Shop-fabricate fittings for maximum pipe size less than 24-inches in diameter 38 for the larger pipe. 39 c. Field-fabricate fittings with 24-inch or greater diameter for the larger pipe. 40 d. Field-fabricate fittings for box culverts. 41 e. Take care in fabrication that concrete walls of pipe are broken back only 42 enough to provide the required finished opening. 43 f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a 44 rigid connection. 45 33 41 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 12 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 g. Concrete or mortar (as specified in this segment) shall be wiped over the 1 reinforcing wires connecting the 2 pipe joints, compacted by light blows, 2 shaped to the contour of the pipe barrels, lightly brushed for finish and cured 3 under wet burlap. 4 3. Poured Concrete Pipe Plugs 5 a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines 6 terminate at locations with no connection to drainage structures. 7 b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and 8 installing reinforced concrete pipe. No extra payment will be made for 9 installation of concrete pipe plugs shown on the Drawings. 10 3.5 REPAIR / RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD [OR] SITE QUALITY CONTROL 13 A. Field Tests and Inspections 14 1. Video Inspection 15 a. Perform post-construction TV inspection of all installed reinforced concrete 16 pipes/boxes conforming to the requirements of Section 33 01 31. 17 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. 18 a. At the City’s discretion, replace any pipe/box that is determined to have 19 jointing problems, cracking or significant debris. 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 33 49 10 - 1 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 1 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 49 10 1 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Storm drain cast-in-place concrete manholes and junction boxes 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 10 Contract 11 2. Division 1 – General Requirements 12 3. Division 3 – Concrete 13 4. Section 03 30 00 – Cast-In-Place Concrete 14 5. Section 31 23 16 – Unclassified Excavation 15 6. Section 31 50 00 – Excavation Support and Protection 16 7. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17 8. Section 33 05 13 – Frame, Cover and Grade Rings 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Storm Drain Manhole Risers 21 a. Measurement 22 1) Measurement for this Item shall be per each Manhole Riser complete, or 23 completed to the stage of construction required by Drawings. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and will be paid for at the unit price bid per each “Manhole Riser” installed 27 for: 28 a) Various Sizes 29 c. The price bid shall include: 30 1) Mobilization 31 2) Excavation 32 3) Hauling 33 4) Disposal of excess materials 34 5) Furnishing, placement and compaction of embedment 35 6) Furnishing, placement and compaction of backfill 36 7) Manhole construction 37 8) Manhole frames 38 9) Steps 39 10) Ring and Cover 40 11) Clean-up 41 33 49 10 - 2 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 2 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Storm Junction Boxes 1 a. Measurement 2 1) Measurement for this Item shall be per each Junction Box complete, or 3 completed to the stage of construction required by Drawings. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for at the unit price bid per each “Storm Junction Box” 7 installed for: 8 a) Various sizes 9 c. The price bid shall include: 10 1) Mobilization 11 2) Excavation 12 3) Hauling 13 4) Disposal of excess materials 14 5) Furnishing, placement and compaction of embedment 15 6) Furnishing, placement and compaction of backfill 16 7) Junction Box construction 17 8) Junction Box frames 18 9) Steps 19 10) Ring and Cover 20 11) Clean-up 21 3. Storm Junction Structure 22 a. Measurement 23 1) Measurement for this Item shall be per each Junction Structure complete, or 24 completed to the stage of construction required by Drawings. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 will be paid for at the lump sum price bid per each “Storm Junction 28 Structure” location. 29 c. The price bid shall include: 30 1) Mobilization 31 2) Excavation 32 3) Hauling 33 4) Disposal of excess materials 34 5) Furnishing, placement and compaction of embedment 35 6) Furnishing, placement and compaction of backfill 36 7) Junction Box construction 37 8) Junction Box frames 38 9) Steps 39 10) Ring and Cover 40 11) Clean-up 41 1.3 REFERENCES 42 A. Reference Standards 43 1. Reference standards cited in this Specification refer to the current reference 44 standard published at the time of the latest revision date logged at the end of this 45 Specification, unless a date is specifically cited. 46 2. ASTM International (ASTM): 47 33 49 10 - 3 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 1 Sections. 2 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 3 Materials. 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to delivery. 8 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 9 A. Certificates 10 1. Furnish manufacturer’s certificate of compliance that their product meets the 11 physical testing requirements of this Specification for the materials referenced. 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 21 A. Concrete 22 1. Furnish concrete that conforms to the provisions of Section 03 30 00. 23 B. Reinforcing Steel 24 1. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 25 C. Frames, Grates, Rings, and Covers 26 1. Provide frames, grates, rings and covers that conform to dimensions and materials 27 shown on Drawings and Section 33 05 13. 28 2. Ensure that covers and grates fit properly into frames and seat uniformly and 29 solidly. 30 D. Steps 31 1. Provide polypropylene supports and steps to the shape and dimensions shown on 32 Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 33 16, “Steps and Ladders.” 34 33 49 10 - 4 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 4 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2.3 ACCESSORIES [NOT USED] 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. Perform all concrete work in accordance with Division 3. 9 2. Use of forms is required for all concrete walls, except where the nature of the 10 surrounding material is such that it can be trimmed to a smooth vertical face 11 a. Outside form for concrete bases supporting brick walls may be omitted with 12 approval from the Engineer. 13 3. Cast polypropylene supports and steps into concrete walls when concrete is placed 14 or drill and grout steps in place after concrete placement. 15 B. Excavation and Embedment 16 1. Conform to the requirements of Section 31 23 16, Section 31 50 00 and Section 33 17 05 10, where applicable. 18 C. Manholes for Precast Concrete Drain Pipes 19 1. Construct manholes for precast concrete pipe drains as soon as is practicable after 20 drain lines into or through the manhole locations are completed. 21 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up 22 with mortar. 23 D. Manholes for Monolithic Drain Pipes 24 1. Construct bases for manholes on monolithic drain pipes either monolithically with 25 the drain pipe or after the pipe is constructed. 26 E. Manholes for Box Drains 27 1. Cast bases for manholes for box drains as an integral part of the drainage system. 28 2. Manholes may be constructed prior to backfilling or, if the Contractor so elects, 29 manhole opening may be temporarily covered with timber to facilitate compaction 30 of backfill for the pipe system as a whole with tractor equipment. 31 a. Perform required excavation for manhole, construct manhole and backfill in 32 accordance with Drawings. 33 3. For manholes that are over 5-feet deep, include all manhole steps required in the 34 wall of the box drain. 35 F. Junction Structures 36 1. All structures shall be installed as specified in Drawings. 37 G. Inverts 38 33 49 10 - 5 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. Shape and route floor inverts passing out or through the manhole as shown on the 1 Drawings. 2 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 3 the required additional material with the base. 4 H. Curing 5 1. Cure all exposed concrete as required in Division 3. 6 I. Finishing 7 1. Finish all concrete as required in Division 3. 8 J. Form Removal 9 1. Remove concrete form as required in Division 3. 10 K. Placement and Treatment of Castings, Frames, and Fittings 11 1. Place castings, frames and fittings in positions indicated on Drawings or as directed 12 by Engineer, true to line and correct elevation. 13 2. Frames or fittings set in new concrete or mortar 14 a. Place and position anchors or bolts before concrete mortar is placed. 15 b. Do not disturb unit until mortar or concrete has set. 16 3. Frames or fittings placed upon previously constructed masonry 17 a. Bring bearing surface or masonry true to line and grade, and present an even 18 bearing surface, so that entire face or back of unit will come in contact with 19 masonry. 20 b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as 21 directed and approved by the Engineer. 22 4. Ensure that units are set firm and secure. 23 5. Allow concrete or mortar to harden for a minimum 7 days. 24 6. Replace and fasten down grates or covers. 25 3.5 REPAIR / RESTORATION [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 33 49 10 - 6 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 6 of 6 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 33 49 20 - 1 CURB AND DROP INLETS Page 1 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 33 49 20 1 CURB AND DROP INLETS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Construction of inlets, complete in place or to the stage detailed 6 a. Including furnishing and installing frames, grates, rings and covers 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. Division 3 – Concrete 13 4. Section 02 41 13 – Selective Site Demolition 14 5. Section 03 30 00 – Cast-In-Place Concrete 15 6. Section 03 80 00 – Modifications to Existing Concrete Structures 16 7. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17 8. Section 33 05 13 – Frame, Cover and Grade Rings 18 9. Section 33 05 14 – Adjusting Manholes, Inlets, Valve Boxes and Other Structures 19 to Grade 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be per each inlet complete in place. 24 2. Payment 25 a. The work performed and the materials furnished in accordance with this Item 26 shall be paid for at the unit price bid per each “Inlet” installed for: 27 1) Various types 28 2) Various sizes 29 3. The price bid shall include: 30 a. Furnishing and installing the specified Inlet 31 b. Mobilization 32 c. Excavation 33 d. Hauling 34 e. Disposal of excess materials 35 f. Furnishing, placement and compaction of embedment 36 g. Furnishing, placement and compaction of backfill 37 h. Concrete 38 i. Reinforcing steel 39 j. Mortar 40 33 49 20 - 2 CURB AND DROP INLETS Page 2 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 k. Aluminum and castings 1 l. Frames 2 m. Grates 3 n. Rings and covers 4 o. Clean-up 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. ASTM International (ASTM): 11 a. C478, Standard Specification for Precast Reinforced Concrete Manhole and 12 Inlet Sections. 13 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 14 Materials. 15 c. C309, Standard Specification for Liquid Membrane-Forming Compounds for 16 Curing Concrete. 17 3. Texas Department of Transportation (TxDOT). 18 a. Departmental Materials Specification (DMS): 19 1) 7340, Qualification Procedure for Multi-Project Fabrication Plants of 20 Precast Concrete Manholes and Inlets. 21 1.4 ADMINISTRATIVE REQUIREMENT [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Precast Concrete Inlet 28 2. Pipe connections at inlet walls 29 3. Stubs and stub plugs 30 4. Admixtures 31 5. Concrete Mix Design 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] 38 33 49 20 - 3 CURB AND DROP INLETS Page 3 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 PART 2 - PRODUCTS 1 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 3 A. Materials 4 1. Concrete 5 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 6 2. Reinforcing Steel 7 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 8 3. Mortar 9 a. Furnish mortar per Section 03 80 00. 10 4. Steps 11 a. Provide polypropylene supports and steps conforming to the shape and 12 dimensions shown on the Drawings that meet the requirements of ASTM 13 D4101 and ASTM C478, Section 16, “Steps and Ladders.” 14 5. Curing Materials 15 a. Curing materials shall conform to the provisions of Division 3. 16 6. Frames, Grates, Rings and Covers 17 a. Provide frames, grates, rings and covers that conform to dimensions and 18 materials shown on Drawings and Section 33 05 13. 19 b. Ensure that covers and grates fit properly into frames and seat uniformly and 20 solidly. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION 27 A. Removal 28 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 29 2. Drill, dowel, and grout in accordance with Section 03 30 00. 30 3.4 INSTALLATION 31 A. Interface with Other Work 32 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I 33 and Stage II. 34 a. Build inlets designed to match the final roadway surface in stages. 35 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in 36 this Section. 37 a. Furnish and install a temporary cover as approved by the Engineer. 38 33 49 20 - 4 CURB AND DROP INLETS Page 4 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 3. Construct Stage II after the pavement structure is substantially complete unless 1 otherwise approved by the Engineer. 2 a. For Stage II, construct the remaining wall height and top of inlet and furnish 3 and install any frames, grates, rings and covers, manhole steps, curb beams or 4 collecting basins required. 5 B. Cast-In-Place Inlets 6 1. Construct cast-in-place inlets in accordance with Section 03 30 00. 7 a. Forms will be required for all concrete walls. 8 b. Outside wall forms for cast-in-place concrete may be omitted with the approval 9 of the Engineer if the surrounding material can be trimmed to a smooth vertical 10 face. 11 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or 12 drill and grout steps in place after concrete placement. 13 C. Inlets for Precast Concrete Drain Pipes 14 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm 15 drain lines into or through the inlet locations are completed. 16 a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with 17 mortar. 18 D. Inlets for Monolithic Drain Pipes 19 1. Construct bases for inlets on monolithic drain pipes either monolithically with the 20 storm drain or after the storm drain is constructed. 21 E. Inverts 22 1. Shape and route floor inverts passing out or through the inlet as shown on the 23 Drawings. 24 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 25 the required additional material with the base. 26 F. Finishing Complete Inlets 27 1. Complete inlets in accordance with the Drawings. 28 2. Backfill to original ground elevation in accordance with Section 33 05 10. 29 G. Finishing Stage I Construction 30 1. Complete Stage I construction by constructing the walls to the elevations shown on 31 the Drawings and backfilling to required elevations in accordance with Section 33 32 05 10. 33 H. Stage II Construction 34 1. Construct subgrade and base course or concrete pavement construction over Stage I 35 inlet construction, unless otherwise approved by the Engineer. 36 2. Excavate to expose the top of Stage I construction and complete the inlet in 37 accordance with the Drawings and these Specifications, including backfill and 38 cleaning of all debris from the bottom of the manhole or inlet. 39 I. Form Removal 40 1. Forms used in the construction of “Inlets” which support vertical loads will remain 41 in place at least 24 hours after the concrete is placed. 42 33 49 20 - 5 CURB AND DROP INLETS Page 5 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Other forms shall remain in place for a minimum time 24 hours after concrete is 1 placed, unless otherwise directed by the Engineer. 2 J. Curing 3 1. Cure all exposed concrete as required in Section 03 30 00. 4 K. Finishing 5 1. Conform to Section 03 30 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING 11 A. Refer to Section 33 05 14. 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 19 Revision Log DATE NAME SUMMARY OF CHANGE 20 33 49 40 - 1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 1 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 SECTION 33 49 40 1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Storm drain headwalls, wingwalls, and safety end treatments 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 02 41 13 – Selective Site Demolition 13 4. Section 03 30 00 – Cast-In-Place Concrete 14 5. Section 31 37 00 – Riprap 15 6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 16 7. Section 33 41 10 – Reinforced Concrete Storm Sewer Pipe/Culverts 17 D. Standard Details 18 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 19 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 20 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Concrete Headwall 24 a. Measurement 25 1) Measurement for this Item shall be per each “Headwall” satisfactorily 26 completed as specified on the Drawings. 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 “Headwall” installed for: 30 a) Various pipe sizes 31 b) Various types 32 c) Various number of pipes 33 c. The price bid shall include: 34 1) Constructing, furnishing, transporting and installing the Concrete Headwall 35 2) Connecting to the existing structure 36 3) Breaking back, removing and disposing of portions of the existing structure 37 4) Replacing portions of the existing structure to make connections 38 5) Excavation 39 6) Hauling 40 33 49 40 - 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 7) Disposal of excess material 1 8) Furnishing, placing and compaction of backfill 2 9) Concrete, as required by Drawings 3 10) Reinforcing Steel, if required by Drawings 4 11) Corrugated metal pipe, if required by Drawings 5 12) Reinforced concrete pipe, if required by Drawings 6 13) Clean-up 7 2. Safety End Treatment 8 a. Measurement 9 1) Measurement for this Item shall be per each “SET” satisfactorily completed 10 as specified on the Drawings. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 will be paid for at the unit price bid per each “SET” installed for: 14 a) Various types 15 b) Various pipe sizes 16 c) Various number of pipes 17 c. The price bid shall include: 18 1) Constructing, furnishing, transporting and installing the Concrete Headwall 19 2) Connecting to the existing structure 20 3) Breaking back, removing and disposing of portions of the existing structure 21 4) Replacing portions of the existing structure to make connections 22 5) Excavation 23 6) Hauling 24 7) Disposal of excess materials 25 8) Furnishing, placing and compaction of backfill 26 9) Concrete, as required by Drawings 27 10) Reinforcing Steel, if required by Drawings 28 11) Corrugated metal pipe, if required by Drawings 29 12) Reinforced concrete pipe, if required by Drawings 30 13) Clean-up 31 1.3 REFERENCES 32 A. Definitions 33 1. Headwalls - all walls, including wings, at the ends of single-barrel and multiple-34 barrel pipe culvert structures 35 2. Wingwalls - all walls at the ends of single-barrel or multiple-barrel box culvert 36 structures 37 B. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification, unless a date is specifically cited. 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS 43 1. Refer to Section 03 30 00. 44 33 49 40 - 3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Delivery and Acceptance Requirements 6 1. Marking 7 a. Before shipment from the casting or fabrication yard, clearly mark the 8 following on each precast unit: 9 1) Date of manufacture 10 2) Name or trademark of the manufacturer 11 3) Type and size designation 12 2. Causes for Rejection 13 a. Precast units may be rejected for not meeting any one of the Specification 14 requirements. 15 b. Individual units may also be rejected for fractures or cracks passing through the 16 wall or surface defects indicating honeycombed or open texture surfaces. 17 c. Remove rejected units from the project, and replace them with acceptable units 18 meeting the requirements of this Section. 19 B. Storage and Handling Requirements 20 1. Secure and maintain a location to store the material in accordance with Section 01 21 66 00. 22 2. Store precast units on a level surface. 23 3. Do not place any loads on precast concrete units until design strength is reached. 24 4. Do not ship units until design strength requirements have been met. 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 28 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 29 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 30 A. Materials 31 1. Concrete 32 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 33 2. Reinforcing Steel 34 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 35 B. Fabrication 36 1. Fabricate cast-in-place concrete units and precast units in accordance with 37 Section 03 30 00. 38 33 49 40 - 4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 1) Safety End Treatment will be precast for 30-inch and smaller diameters and 1 cast in place for greater than 30-inch diameters. 2 2. Fabrication Tolerances 3 a. Lifting Holes 4 1) For precast units, provide no more than 4 lifting holes in each section. 5 2) Lifting holes may be cast, cut into fresh concrete after form removal or 6 drilled. 7 3) Provide lifting holes large enough for adequate lifting devices based on the 8 size and weight of the section. 9 a) The maximum hole diameter is 3 inches at the inside surface of the wall 10 and 4 inches at the outside surface. 11 b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per 12 layer of reinforcing steel when locating lift holes. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION 19 A. Removal 20 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 21 2. Drill, dowel and grout in accordance with Section 03 30 00. 22 3.4 INSTALLATION 23 A. Interface with Other Work 24 1. Make connections to new or existing structures in accordance with the details 25 shown on the Drawings. 26 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the 27 Drawings. 28 B. Excavation, Shaping, Bedding and Backfill 29 a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. 30 b. Take special precautions in placing and compacting the backfill to avoid any 31 movement or damage to the units. 32 c. Bed precast units on foundations of firm and stable material accurately shaped 33 to conform to the bases of the units. 34 C. Placement of Precast Units 35 a. Provide adequate means to lift and place the precast units. 36 1) Utilize sufficient number of lifting holes to ensure that the units are not 37 damaged during lifting. 38 b. Fill lifting holes with mortar or concrete and cure. 39 1) Precast concrete or mortar plugs may be used. 40 33 49 40 - 5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 3.5 REPAIR 1 A. Occasional imperfections in manufacture or accidental damage sustained during 2 handling may be repaired. 3 1. The repaired units will be acceptable if they conform to the requirements of this 4 Section and the repairs are sound, properly finished and cured in conformance with 5 pertinent Specifications. 6 B. Repair spalled areas around lifting holes. 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 19 34 41 10 - 1 TRAFFIC SIGNALS Page 1 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 SECTION 34 41 10 1 TRAFFIC SIGNALS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. LED Traffic Signal Head Assemblies 6 2. LED Countdown Pedestrian Signal Head Assemblies 7 3. Pedestrian Push Button Assemblies 8 4. Accessible Pedestrian Signals (APS) 9 5. Radar Detection Equipment and Cable 10 6. Hybrid Vehicle Detection System and Cable 11 7. Vehicle Loop Detectors (Sawcut) 12 8. Emergency Vehicle Preemption Equipment and Cable 13 9. Battery Back-up (BBU) System for Signal Cabinets 14 10. Multi-conductor Cable 15 11. Power Lead-in Cable 16 12. Grounding Conductors 17 13. Ground Rod 18 14. Ground Boxes 19 15. Traffic Signal Structures 20 16. Foundations 21 17. Hardware Signal Pole Paint 22 18. Signal Controller 23 19. Controller Cabinet Assembly 24 20. Roadside Flashing Beacon Assembly 25 21. School Zone Flasher Assembly 26 22. Rectangular Rapid Flashing Beacon (RRFB) Assembly 27 23. Louvered Back Plates 28 24. Powder Coating Signal Structures 29 B. Deviations from this City of Fort Worth Standard Specification 30 1. None. 31 C. Related Specification Sections include, but are not necessarily limited to: 32 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 33 Contract 34 2. Division 1 – General Requirements 35 3. Section 03 30 00 – Cast-in-Place Concrete 36 4. Section 26 05 00 – Common Work Results for Electrical 37 5. Section 26 05 33 – Raceways and Boxes for Electrical Systems 38 34 41 10 - 2 TRAFFIC SIGNALS Page 2 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 6. Section 31 23 16 – Unclassified Excavation 1 7. Section 31 24 00 – Embankments 2 8. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 3 9. Section 33 05 30 – Location of Existing Utilities 4 1.2 PRICE AND PAYMENT PROCEDURES 5 A. Measurement and Payment 6 1. LED Traffic Signal Head Assemblies 7 a. Measurement 8 1) Measurement for this Item shall be per each LED traffic signal head 9 assembly installed. 10 b. Payment 11 1) The work performed and materials furnished in accordance to this Item 12 shall be paid for at the unit price bid per each “Signal Head Assmbly” 13 installed for: 14 a) Various numbers of sections 15 c. The price bid shall include: 16 1) Furnishing and installing LED Traffic Signal Head Assembly and 17 appurtenances including hinge pins, lens clips, locking devices, and gaskets 18 2) Housing and doors 19 3) Detachable visors 20 4) LED lamp unit 21 5) Louvers 22 6) Mounting hardware 23 7) Aluminum, vented one- or two-piece back plates and mounting hardware 24 8) Cable inside the pole will be paid for separately 25 2. LED Countdown Pedestrian Signal Head Assemblies 26 a. Measurement 27 1) Measurement for this Item shall be per each pedestrian signal section or 28 each pedestrian signal retrofit module installed. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 shall be paid for at the unit price bid per each “Ped Signal Section” or “Ped 32 Signal Retrofit Module” installed. 33 c. The price bid for “Ped Signal Section” shall include: 34 1) Furnishing, assembling, and installing the pedestrian signal sections 35 2) Housing units 36 3) LED countdown pedestrian units 37 4) Mounting attachments and completing wiring connections 38 5) Cable inside the pole will be paid for separately 39 d. The price bid for “Ped Signal Retrofit Module” shall include: 40 1) Furnishing, assembling, and installing the pedestrian signal sections 41 2) LED countdown pedestrian units 42 3) Mounting attachments and completing wiring connections 43 4) Disposal of incandescent unit 44 5) Cable inside the pole will be paid for separately 45 3. Pedestrian Push Button Assemblies 46 a. Measurement 47 34 41 10 - 3 TRAFFIC SIGNALS Page 3 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) Measurement for this Item shall be per each pedestrian push button 1 installed. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 shall be paid for at the unit price bid per each “Ped Push Btn Assmbly” 5 installed for: 6 a) Various mounting methods 7 c. The price bid shall include: 8 1) Furnishing and installing Pedestrian Push Button Assemblies 9 2) Button housing 10 3) Button cap 11 4) LED indication 12 5) Push button signs 13 6) Switch 14 7) Built-in surge protection 15 8) Audible notification system 16 9) Mounting hardware 17 10) Cable inside the pole will be paid for separately 18 4. Accessible Pedestrian Signals (APS) 19 a. Measurement 20 1) Measurement for this Item shall be per each accessible pedestrian signal 21 station installed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 shall be paid for at the unit price bid per each “Accessible Pedestrian 25 Signal” unit of the type specified. 26 c. The price bid shall include: 27 1) Furnishing, installing, and testing the Accessible Pedestrian Signal 28 pushbutton stations 29 2) Mounting hardware 30 3) Sign adapter 31 4) Pushbutton stations 32 5) Central control units 33 6) Vibrotactile arrow with high visual contrast 34 7) Wiring harness 35 8) Voice message setup 36 9) Configuration devices or software 37 10) R10-3e (L/R) signs 38 11) The signal conductor cable from the signal cabinet to the pushbutton 39 station shall be paid for under “Multi-conductor Cable” 40 5. Radar Detection System and Cable 41 a. Furnish and Install Radar Detection System 42 1) Measurement 43 a) Measurement for this Item shall be per each intersection approach 44 furnished and installed. 45 2) Payment 46 a) The work performed and materials furnished in accordance with this 47 Item shall be paid for at the unit price bid per each “Furnish/Install 48 Radar Detection System” installed for: 49 34 41 10 - 4 TRAFFIC SIGNALS Page 4 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (1) Various types 1 3) The price bid shall include: 2 a) Furnishing, assembling and installing Radar Detection Device 3 b) Contact closure input file cards 4 c) Relays 5 d) Detector back plates 6 e) Set-up and diagnostic software including programming and testing of 7 all detection zones per signal plans. 8 f) Circuits 9 g) Mounting hardware 10 h) Cable will be paid for separately 11 b. Install Radar Detection System 12 1) Measurement 13 a) Measurement for this Item shall be per each intersection approach 14 installed. 15 2) Payment 16 a) The work performed and materials furnished in accordance with this 17 Item shall be paid for at the unit price bid per each “Install Radar 18 Detection Device” for: 19 (1) Various types 20 3) The price bid shall include: 21 a) Scheduling pickup of material from the City 22 b) Pickup and transportation of material from the City to the jobsite 23 c) Taking precautions to ensure material is not damaged during 24 transportation 25 d) Installing Radar Presence Device 26 e) Installing detector back plates 27 f) Relays 28 g) Set-up and diagnostic software including programming and testing of 29 all detection zones per signal plans. 30 h) Circuits 31 i) Cable will be paid for separately 32 c. Furnish and Install Radar Detection Cable 33 1) Measurement 34 a) Measurement for this Item shall be per linear foot of radar detection 35 cable furnished and installed. 36 2) Payment 37 a) The work performed and materials furnished in accordance with this 38 Item shall be paid for at the unit price bid per linear foot 39 “Furnish/Install Radar Detection Cable” installed. 40 3) The price bid shall include: 41 a) Furnishing and installing radar detection cable 42 b) Making all connections to radar detection detectors and back panels 43 d. Install Radar Detection Cable 44 1) Measurement 45 a) Measurement for this Item shall be per linear foot of radar detection 46 cable installed. 47 2) Payment 48 34 41 10 - 5 TRAFFIC SIGNALS Page 5 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a) The work performed and materials furnished in accordance with this 1 Item shall be paid for at the unit price bid per linear foot “Install Radar 2 Detection Cable” installed. 3 3) The price bid shall include: 4 a) Scheduling pickup of material from the City 5 b) Pickup and transportation of material from the City to the jobsite 6 c) Taking precautions to ensure material is not damaged during 7 transportation 8 d) Installing radar cable 9 e) Making all connections to radar detectors and back panels 10 6. Hybrid Vehicle Detection System and Cable 11 a. Furnish and Install Hybrid Vehicle Detection System 12 1) Measurement 13 a) Measurement for this Item shall be per each intersection approach 14 furnished and installed. 15 2) Payment 16 a) The work performed and materials furnished in accordance with this 17 Item shall be paid for at the unit price bid per each “Furnish/Install 18 Hybrid Detection”. 19 3) The price bid shall include: 20 a) Purchasing equipment and cable from City if called out in the 21 Drawings 22 b) Furnishing, installing and testing hybrid detection 23 c) Detector units 24 d) Mini-hub detector cards 25 e) Mounting hardware 26 f) Operational software 27 g) Communication interface panel 28 h) Field setup monitor 29 i) Setup of all detection zones per traffic signal plans. Setup must be 30 approved by City staff. 31 j) Cable will be paid for separately 32 b. Install Hybrid Vehicle Detection System 33 1) Measurement 34 a) Measurement for this Item shall be per each intersection approach 35 installed. 36 2) Payment 37 a) The work performed and materials furnished in accordance with this 38 Item shall be paid for at the unit price bid per each “Install Hybrid 39 Vehicle Detection”. 40 3) The price bid shall include: 41 a) Scheduling pickup of material from the City 42 b) Pickup and transportation of material from the City to the jobsite 43 c) Taking precautions to ensure material is not damaged during 44 transportation 45 d) Installing and testing all VIVDS components 46 e) Setup of all detection zones per traffic signal plans. Setup must be 47 approved by City staff. 48 c. Furnish and Install Hybrid Vehicle Detection Cable 49 1) Measurement 50 34 41 10 - 6 TRAFFIC SIGNALS Page 6 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a) Measurement for this Item shall be per linear foot of hybrid detection 1 cable furnished and installed. 2 2) Payment 3 a) The work performed and materials furnished in accordance with this 4 Item shall be paid for at the unit price bid per linear foot 5 “Furnish/Install Hybrid Detection Cable”. 6 3) The price bid shall include: 7 a) Furnishing and installing hybrid detection cable 8 b) Making all connections to cameras and controller equipment 9 d. Install Hybrid Vehicle Detection Cable 10 1) Measurement 11 a) Measurement for this Item shall be per linear foot of hybrid detection 12 cable installed. 13 2) Payment 14 a) The work performed and materials furnished in accordance with this 15 Item shall be paid for at the unit price bid per linear foot “Install 16 Hybrid Detection Cable” installed. 17 3) The price bid shall include: 18 a) Scheduling pickup of material from the City 19 b) Pickup and transportation of material from the City to the jobsite 20 c) Taking precautions to ensure material is not damaged during 21 transportation 22 d) Installing cable 23 e) Making all connections to cameras and controller equipment 24 f) Cable inside the pole will be paid for separately 25 7. Vehicle Loop Detectors (Sawcut) 26 a. Measurement 27 1) Measurement for this Item will be per linear foot of sawcut containing loop 28 wire. 29 b. Payment 30 1) The work performed and materials furnished in accordance to this Item and 31 measured as provided under “Measurement” shall be paid for at the unit 32 price bid per linear foot of “Loop Detector Cable Sawcut”. 33 c. The price bid shall include: 34 1) Sawcutting pavement 35 2) Excavation 36 3) Disposal of excess material 37 4) Backfill 38 5) Pavement repair associated with sawcutting 39 6) Sawcut wire 40 7) Sealant 41 8) Sealant placement 42 9) Clean-up 43 10) Testing 44 11) Conduit and loop wire from the edge of pavement to the ground box used 45 for vehicle loop detectors 46 12) The following items will be paid for separately: 47 a) New ground boxes 48 b) New loop lead in cable 49 34 41 10 - 7 TRAFFIC SIGNALS Page 7 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 8. Emergency Vehicle Preemption Equipment and Cable 1 a. Furnish and Install Preemption Detector 2 1) Measurement 3 a) Measurement for this Item shall be per each Preemption Detector 4 furnished and installed. 5 2) Payment 6 a) The work performed and materials furnished in accordance with this 7 Item shall be paid for at the unit price bid per each “Furnish/Install 8 Preempt Detector” for: 9 (1) Various types 10 3) The price bid shall include: 11 a) Furnishing, installing and testing preemption detectors 12 b) Card rack 13 c) Phase selector 14 d) Mounting hardware 15 e) Cable inside the pole will be paid for separately 16 b. Install Preemption Detector 17 1) Measurement 18 a) Measurement for this Item shall be per each Preemption Detector 19 installed. 20 2) Payment 21 a) The work performed and materials furnished in accordance with this 22 Item shall be paid for at the unit price bid per each “Install Preempt 23 Detector” for: 24 (1) Various types 25 3) The price bid shall include: 26 a) Scheduling pickup of material from the City 27 b) Pickup and transportation of material from the City to the jobsite 28 c) Taking precautions to ensure material is not damaged during 29 transportation 30 d) Installing and testing preemption detector 31 c. Furnish and Install Preemption Cable 32 1) Measurement 33 a) Measurement for this Item shall be per linear foot of preemption cable 34 furnished and installed. 35 2) Payment 36 a) The work performed and materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per linear foot 38 “Furnish/Install Preemption Cable” installed. 39 3) The price bid shall include: 40 a) Furnishing and installing preemption cable 41 b) Making all connections to preemption detectors, phase selectors, and 42 controller 43 d. Install Preemption Cable 44 1) Measurement 45 a) Measurement for this Item shall be per linear foot of preemption cable 46 installed. 47 2) Payment 48 34 41 10 - 8 TRAFFIC SIGNALS Page 8 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a) The work performed and materials furnished in accordance with this 1 Item shall be paid for at the unit price bid per linear foot “Install 2 Preemption Cable” installed. 3 3) The price bid shall include: 4 a) Scheduling pickup of material from the City 5 b) Pickup and transportation of material from the City to the jobsite 6 c) Taking precautions to ensure material is not damaged during 7 transportation 8 d) Installing preemption cable 9 e) Making all connections to preemption detectors, phase selectors, and 10 controller 11 9. Battery Back-Up (BBU) System for Signal Cabinets 12 a. Furnish and Install BBU System for Signal Cabinet 13 1) Measurement 14 a) Measurement for this Item shall be per each BBU System component 15 furnished and installed. 16 2) Payment 17 a) The work performed and materials furnished in accordance to this Item 18 shall be paid for at the unit price bid per each “Furnish/Install BBU 19 System” for: 20 (1) Various components 21 (2) Various types 22 3) The price bid shall include: 23 a) Furnishing, installing and testing the BBU system 24 b) Purchasing equipment from City if called out in the Drawings 25 c) Inverter/charger 26 d) Manual bypass switch 27 e) Integrated power transfer switch or automatic bypass switch 28 f) Batteries 29 g) Self-contained external mounted cabinet 30 h) Mounting hardware 31 i) Wiring, and all necessary hardware and software 32 b. Install BBU System for Signal Cabinet 33 1) Measurement 34 a) Measurement for this Item shall be per each BBU System installed. 35 2) Payment 36 a) The work performed and materials furnished in accordance to this Item 37 shall be paid for at the unit price bid per each “Install BBU System” 38 for: 39 (1) Various types 40 3) The price bid shall include: 41 a) Scheduling pickup of material from the City 42 b) Pickup and transportation of material from the City to the jobsite 43 c) Taking precautions to ensure material is not damaged during 44 transportation 45 d) Installing and testing the BBU system 46 e) Wiring, and all necessary hardware and software 47 10. Multi-conductor Cable 48 a. Measurement 49 34 41 10 - 9 TRAFFIC SIGNALS Page 9 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) Measurement for this Item shall be per linear foot. 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under “Measurement” shall be paid for at the 4 unit price bid per linear foot of “Multi-conductor Cable” installed for: 5 a) Various types 6 b) Various sizes 7 c. The price bid shall include: 8 1) Furnishing and installing Multi-conductor Cable 9 11. Power Lead-in Cable 10 a. Measurement 11 1) Measurement for this Item shall be per linear foot of power lead-in cable 12 installed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under “Measurement” shall be paid for at the 16 unit price bid per linear foot of “Insulated Elec Condr” installed for: 17 a) Various types 18 b) Various sizes 19 c. The price bid shall include: 20 1) Furnishing and installing Power Lead-in Cable 21 12. Grounding Conductors 22 a. Measurement 23 1) Measurement for this Item shall be per linear foot. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under “Measurement” shall be paid for at the 27 unit price bid per linear foot of “Bare Elec Condr” installed for: 28 a) Various types 29 b) Various sizes 30 c. The price bid shall include: 31 1) Furnishing and installing Grounding Conductors 32 13. Ground Rod 33 a. Measurement 34 1) This Item is considered subsidiary to the various Traffic Signal Structures 35 being installed. 36 b. Payment 37 1) The work performed and the materials furnished in accordance with this 38 Item are subsidiary to various Traffic Signal Structures being installed and 39 shall be subsidiary to the unit price bid per various Traffic Signal 40 Structures being installed, and no other compensation will be allowed. 41 14. Ground Boxes 42 a. Measurement 43 1) Measurement for this Item shall be per each. 44 b. Payment 45 1) The work performed and materials furnished in accordance with this Item 46 shall be paid for at the unit price bid per each “Ground Box” installed for: 47 2) Various sizes 48 3) Various types 49 34 41 10 - 10 TRAFFIC SIGNALS Page 10 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 c. The price bid shall include: 1 1) Furnishing and installing Ground Box 2 2) Excavation and backfill 3 3) Enclosures 4 4) Covers 5 5) Bolts 6 6) Gravel 7 7) Concrete apron when required 8 15. Traffic Signal Structures 9 a. Furnish and Install Pedestal and Push Button Pole Assembly 10 1) Measurement 11 a) Measurement for this Item shall be per each assembly furnished and 12 installed. 13 2) Payment 14 a) The work performed and materials furnished in accordance to this Item 15 shall be paid for at the unit price bid per each “Furnish/Install Ped or 16 Push Button Pole Assmbly” furnished and installed for: 17 (1) Various types 18 (2) Various sizes 19 3) The price bid shall include: 20 a) Excavation and backfill 21 b) Furnishing and installing each Pedestal or Push Button Pole Assembly 22 c) Purchasing pedestal pole assemblies from City if called out in the 23 Drawings 24 d) Furnishing, placement and compaction of backfill 25 e) Anchor bolts 26 f) Clean-up 27 b. Install Pedestal or Push Button Pole Assembly 28 1) Measurement 29 a) Measurement for this Item shall be per each assembly installed. 30 2) Payment 31 a) The work performed and materials furnished in accordance to this Item 32 shall be paid for at the unit price bid per each “Install Ped or Push 33 Button Pole Assmbly” furnished and installed for: 34 (1) Various types 35 (2) Various sizes 36 3) The price bid shall include: 37 a) Scheduling pickup of material from the City 38 b) Pickup and transportation of material from the City to the jobsite 39 c) Taking precautions to ensure material is not damaged during 40 transportation 41 d) Excavation and backfill 42 e) Installing each Pedestal or Push Button Pole Assembly 43 f) Furnishing, placement and compaction of backfill 44 g) Clean-up 45 c. Furnish and Install Signal Poles 46 1) Measurement 47 a) Measurement for this Item shall be per each signal pole furnished and 48 installed. 49 34 41 10 - 11 TRAFFIC SIGNALS Page 11 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 2) Payment 1 a) The work performed and materials furnished in accordance to this Item 2 shall be paid for at the unit price bid per each “Furnish/Install Signal 3 Pole” installed for: 4 (1) Various types 5 3) The price bid shall include: 6 a) Excavation and backfill 7 b) Furnishing and installing each Signal Pole Assembly 8 c) Luminaire arm 9 d) LED fixture shall be paid for separately 10 e) Erecting assembly on concrete foundation 11 f) Furnishing and placing anchor bolts, nuts, washers, and templates 12 d. Install Signal Poles 13 1) Measurement 14 a) Measurement for this Item shall be per each signal pole installed. 15 2) Payment 16 a) The work performed and materials furnished in accordance to this Item 17 shall be paid for at the unit price bid per each “Install Signal Pole” 18 installed for: 19 (1) Various types 20 3) The price bid shall include: 21 a) Scheduling pickup of material from the City 22 b) Pickup and transportation of material from the City to the jobsite 23 c) Taking precautions to ensure material is not damaged during 24 transportation 25 d) Excavation and backfill 26 e) Installing each Signal Pole Assembly 27 f) Installing luminaire arm, fixture, and lamp if specified 28 g) Erecting assembly on concrete foundation 29 h) Installing anchor bolts, nuts, washers, and templates 30 e. Furnish and Install Mast Arm 31 1) Measurement 32 a) Measurement for this Item shall be per each Mast Arm furnished and 33 installed. 34 2) Payment 35 a) The work performed and materials furnished in accordance to this Item 36 shall be paid for at the unit price bid per each “Furnish/Install Mast 37 Arm” furnished and installed for: 38 (1) Various length intervals 39 (2) Various types 40 3) The price bid shall include: 41 a) Furnishing, assembling and installing Mast Arm 42 b) Mounting equipment 43 c) Luminaire arm, if specified 44 d) LED fixture shall be paid for separately 45 e) Vibration dampers 46 f) Clean-up 47 f. Install Mast Arm 48 1) Measurement 49 a) Measurement for this Item shall be per each Mast Arm installed. 50 34 41 10 - 12 TRAFFIC SIGNALS Page 12 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 2) Payment 1 a) The work performed and materials furnished in accordance to this Item 2 shall be paid for at the unit price bid per each “Install Mast Arm” 3 installed for: 4 (1) Various length intervals 5 (2) Various types 6 3) The price bid shall include: 7 a) Scheduling pickup of material from the City 8 b) Pickup and transportation of material from the City to the jobsite 9 c) Taking precautions to ensure material is not damaged during 10 transportation 11 d) Assembling and installing Standard Mast Arm 12 e) Installing luminaire arm, fixture, and lamp if specified 13 f) Mounting equipment 14 g) Vibration dampers 15 h) Clean-up 16 16. Foundations 17 a. Measurement 18 1) Measurement for this Item shall be per each. 19 b. Payment 20 1) The work performed and materials furnished in accordance to this Item 21 shall be paid for at the unit price bid per each “Foundation” installed for: 22 a) Various types 23 c. The price bid shall include: 24 1) Coordination and notification 25 2) Exploratory excavation (as needed) 26 3) Excavation 27 4) Disposal of excess material 28 5) Hauling 29 6) Protection of the excavation 30 7) Forms 31 8) Reinforcing steel 32 9) Grounding rods 33 10) Concrete 34 11) Installing Foundation 35 12) Clean-up 36 13) Testing 37 17. Hardware Signal Pole Paint 38 a. Measurement 39 1) This Item is considered subsidiary to the various Traffic Signal Structures 40 being installed and painted. 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item are subsidiary to various Traffic Signal Structures being installed and 44 painted and shall be subsidiary to the unit price bid per various Traffic 45 Signal Structures being installed and painted, and no other compensation 46 will be allowed. 47 18. Signal Controller 48 a. Furnish and Install Signal Controller 49 34 41 10 - 13 TRAFFIC SIGNALS Page 13 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) Measurement 1 a) Measurement for this Item shall be per each controller installed. 2 2) Payment 3 a) The work performed and materials furnished in accordance to this Item 4 shall be paid for at the unit price bid per each “Furnish/Install Signal 5 Controller” installed for: 6 (1) Various mounting methods 7 3) The price bid shall include: 8 a) Taking precautions to ensure material is not damaged during 9 transportation 10 b) Installing the controller in the cabinet 11 c) Wiring 12 d) Testing 13 e) Troubleshooting 14 b. Install Signal Controller 15 1) Measurement 16 a) Measurement for this Item shall be per each assembly installed. 17 2) Payment 18 a) The work performed and materials furnished in accordance to this Item 19 shall be paid for at the unit price bid per each “Controller & Cabinet” 20 installed for: 21 (1) Various mounting methods 22 3) The price bid shall include: 23 a) Scheduling pickup of material from the City 24 b) Pickup and transportation of material from the City to the jobsite 25 c) Taking precautions to ensure material is not damaged during 26 transportation 27 d) Installing the controller in the cabinet 28 e) Wiring 29 f) Testing 30 g) Troubleshooting 31 19. Controller Cabinet Assembly 32 a. Furnish and Install Controller Cabinet Assembly 33 1) Measurement 34 a) Measurement for this Item shall be per each assembly installed. 35 2) Payment 36 a) The work performed and materials furnished in accordance to this Item 37 shall be paid for at the unit price bid per each “Furnish/Install 38 Controller & Cabinet Assmbly” installed for: 39 (1) Various mounting methods 40 (2) Various types 41 3) The price bid shall include: 42 a) Taking precautions to ensure material is not damaged during 43 transportation 44 b) Installing the controller cabinet assembly on the foundation or support 45 c) Power supply 46 d) Conflict monitor 47 e) Load switches 48 f) Conduit within 6” of foundation 49 34 41 10 - 14 TRAFFIC SIGNALS Page 14 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 g) Grounding rod 1 h) Wiring 2 i) Cable within 6” of foundation 3 j) Terminating 4 k) Testing 5 l) Troubleshooting 6 b. Install Controller Cabinet Assembly 7 1) Measurement 8 a) Measurement for this Item shall be per each assembly installed. 9 2) Payment 10 a) The work performed and materials furnished in accordance to this Item 11 shall be paid for at the unit price bid per each “Controller & Cabinet” 12 installed for: 13 (1) Various mounting methods 14 3) The price bid shall include: 15 a) Scheduling pickup of material from the City 16 b) Pickup and transportation of material from the City to the jobsite 17 c) Taking precautions to ensure material is not damaged during 18 transportation 19 d) Installing the Controller and Cabinet Assembly on the foundation or 20 support 21 e) Conduit within 6” of foundation 22 f) Grounding rod 23 g) Wiring 24 h) Cable within 6” of foundation 25 i) Terminating 26 j) Testing 27 k) Troubleshooting 28 20. Roadside Flashing Beacon Assembly 29 a. Measurement 30 1) Measurement for this Item shall be per each assembly installed, relocated, 31 or removed. 32 b. Payment 33 1) The work performed and materials furnished in accordance to this Item 34 shall be paid for at the unit price bid per each assembly installed for: 35 a) Install Roadside Flashing Beacon Assembly 36 b) Relocate Roadside Flashing Beacon Assembly 37 c) Remove Roadside Flashing Beacon Assembly 38 d) Various applications including signal ahead, intersection ahead, stop 39 ahead, etc. 40 c. The price bid shall include: 41 1) Installation 42 a) Furnishing, fabricating, galvanizing, assembling, and erecting the 43 roadside flashing beacon assemblies. 44 b) Foundations 45 c) Anchor bolts, nuts, washers, and templates 46 d) Cabinet 47 e) Controller 48 f) Flasher and interface board 49 34 41 10 - 15 TRAFFIC SIGNALS Page 15 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 g) Sign 1 h) Beacon 2 i) Back plate, if required 3 j) Solar panel, if specified 4 k) Solar regulator / charger, if specified 5 l) Batteries, if specified 6 m) Equipment, materials, labor, tools, and incidentals. 7 n) Pedestal pole base 8 o) Pedestal pole 9 p) Pole reinforcing collar 10 2) Relocation 11 a) Removing the roadside flashing beacon assembly 12 b) Removing existing foundations 2’ below grade 13 c) Installing new foundations 14 d) Furnishing, fabricating, and installing any new components as required 15 and replacing the assembly on its new foundations with all 16 manipulations and electrical work 17 e) Salvaging materials to be returned to the City 18 f) Disposal of unsalvageable material 19 g) Loading and hauling 20 h) Equipment, material, labor, tools, and incidentals 21 3) Removal 22 a) Removing the various roadside flashing beacon assemblies 23 components 24 b) Removing the foundations 2’ below grade 25 c) Storing the components to be reused or salvaged 26 d) Disposal of unsalvageable material 27 e) Backfilling and surface placement 28 f) Loading and hauling 29 g) Equipment, materials, tools, labor, and incidentals 30 21. School Zone Flasher Assembly 31 a. Measurement 32 1) Measurement for this Item shall be per each School Zone Flasher assembly 33 furnished and installed. 34 b. Payment 35 1) The work performed and materials furnished in accordance to this Item 36 shall be paid for at the unit price bid per each “Furnish/Install School Zone 37 Flasher” furnished and installed. 38 c. The price bid shall include: 39 1) Excavation and backfill 40 2) Foundation 41 3) Pedestal pole 42 4) Pedestal base 43 5) Pole reinforcing collar 44 6) Mounting hardware 45 7) Sign(s) 46 8) Wiring 47 9) Cabinet 48 10) Time switch 49 34 41 10 - 16 TRAFFIC SIGNALS Page 16 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 11) Cell modem 1 12) 12” polycarbonate traffic signal head 2 13) Solar array, if specified 3 14) Batteries, if specified 4 15) Flasher and interface circuit board 5 16) Photovoltaic controller 6 17) Power supply and timing 7 18) Programming 8 19) Erecting assembly on concrete foundation 9 20) Furnishing and placing anchor bolts, nuts, washers, and templates 10 22. Rectangular Rapid Flashing Beacon (RRFB) Assembly 11 a. Measurement 12 1) Measurement for this Item shall be per each RRFB assembly furnished and 13 installed. 14 b. Payment 15 1) The work performed and materials furnished in accordance to this Item 16 shall be paid for at the unit price bid per each “Furnish/Install RRFB” 17 installed for: 18 a) Various types 19 c. The price bid shall include: 20 1) Excavation and backfill 21 2) Foundation 22 3) Pole 23 4) LED flasher module 24 5) Mounting hardware 25 6) Sign(s) 26 7) Solar panel 27 8) Batteries 28 9) Wiring 29 10) Web-based monitoring 30 11) Detection system as specified in the plans 31 12) Wireless communication system 32 13) Erecting assembly on concrete foundation 33 14) Furnishing and placing anchor bolts, nuts, washers, and templates 34 23. Louvered Back Plates 35 a. Measurement 36 1) Measurement for this Item shall be considered subsidiary to the Signal 37 Head Assmbly pay items. 38 b. Payment 39 1) The work performed and materials furnished in accordance to this Item 40 shall be considered subsidiary to the Signal Head Assmbly pay items. 41 c. The price bid shall include: 42 1) Installing louvered back plate to signal heads 43 2) Mounting hardware (self-tapping screws) 44 3) Clean-up 45 24. Powder Coating Signal Structures 46 a. Measurement 47 1) Measurement for this Item shall be per each traffic signal structure powder 48 coated. 49 34 41 10 - 17 TRAFFIC SIGNALS Page 17 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 b. Payment 1 1) The work performed and materials furnished in accordance to this Item 2 shall be paid for at the unit price bid per each traffic signal structure 3 powder coated for: 4 a) Various length of traffic signal poles 5 b) Various length of pedestal and push button poles 6 c) Various length of traffic signal mast arms 7 c. The price bid shall include: 8 1) Mechanically etching surfaces by brush blasting 9 2) Coating material 10 3) Delivery to and from powder coating company 11 1.3 REFERENCES 12 A. Abbreviations and Acronyms 13 1. VIVDS: Video imaging vehicle detection system 14 2. BBU: Battery back-up system 15 3. LED: light emitting diode 16 4. APS: Accessible Pedestrian Signal 17 5. RRFB: Rectangular rapid flashing beacon 18 B. Definitions 19 1. Battery Back-Up (BBU) System 20 a. Automatic Bypass Relay 21 1) A unit connected between the inverter/charger, and the load, which can 22 automatically switch power to the controller cabinet service panel from 23 inverter output power to utility line power, in the event of an inverter 24 failure. 25 b. Battery Back-Up System (BBU System) 26 1) The battery back-up system includes but is not limited to a manual bypass 27 switch, automatic bypass switch or power transfer switch, inverter/charger, 28 batteries, wiring, external cabinet and all necessary hardware for system 29 operation. 30 c. Battery Back-Up System Software (BBU System software) 31 1) All software associated with operation, programming and functional 32 requirements of the BBU system. 33 d. Battery Monitoring Device 34 1) The device which monitors battery temperatures and charge rate of the 35 batteries used in the BBU system. Shall be an ambient sensor internal to 36 the inverter/charger. 37 e. Batteries 38 1) Standard 12V batteries wired in series with a cumulative minimum rated 39 capacity of 210 amp-hours. 40 f. Boost 41 1) When enabled, the BBU inverter/charger shall automatically switch into 42 this mode to raise the utility line voltage when it drops below a preset limit. 43 The limit may be user defined or use manufacturer default settings 44 (typically 100V AC). 45 g. Buck 46 34 41 10 - 18 TRAFFIC SIGNALS Page 18 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) When enabled, the unit shall automatically switch into this mode to reduce 1 the utility line voltage when it rises above a preset limit. The limit may be 2 user defined or use manufacturer default settings (typically 135V AC). 3 h. External Cabinet 4 1) The structure which houses the complete system components for the BBU 5 System. 6 i. Inverter/Charger 7 1) The unit which converts the DC voltage input into 120 VAC output for the 8 traffic signal cabinet to operate. As a minimum the inverter/charger shall 9 be rated for 1400 VA, 1000 watts. 10 j. Inverter Line Voltage 11 1) The power supplied from the BBU system to the traffic signal cabinet from 12 the BBU System inverter. 13 k. Manual Bypass 14 1) Manual switch that allows user to bypass BBU power to service system 15 equipment. Manual bypass switch switches utility line power directly to 16 cabinet. 17 l. Signal Operation Mode 18 1) A signalized intersection generating a 700W load when running in normal 19 operation. 20 m. Signal Flash Mode 21 1) A signalized intersection generating a 300W load when running in the flash 22 mode of operation. 23 n. Utility Line Voltage 24 1) The 120V AC power supplied to the BBU system 25 2. Back Plate 26 a. A thin strip of material extending outward from all sides of a signal head. 27 C. 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. American Standard Testing Materials (ASTM) 32 a. ASTM B85-57T – “Standard Specification for Aluminum-Alloy Die Castings” 33 b. ASTM B26-57T – “Standard Specification for Aluminum-Alloy Sand 34 Castings” 35 c. ASTM B-209-57T – “Standard Specification for Aluminum and Aluminum-36 Alloy Sheet and Plate” 37 d. ASTM D-1535 – “Standard Practice for Specifying Color by the Munsell 38 System” 39 e. ASTM B-033 – “Standard Specification for Tinned Soft or Annealed Copper 40 Wire for Electrical Purposes” 41 f. ASTM B-8 – “Standard Specification for Concentric-Lay-Stranded Copper 42 Conductors, Hard, Medium-Hard, or Soft” 43 g. ASTM A3250-N – “High Strength Galvanized Steel Bolts” 44 h. ASTM A490-N – “High Strength Galvanized Steel Bolts” 45 i. ASTM A123 – “Standard Specification for Zinc (Hot-Dip Galvanized) 46 Coatings on Iron and Steel Products” 47 34 41 10 - 19 TRAFFIC SIGNALS Page 19 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 j. ASTM A153 – “Standard Specification for Zinc Coating (Hot-Dip) on Iron and 1 Steel Hardware” 2 3. Texas Manual on Uniform Control Devices (TMUTCD) 3 a. Part IV – Traffic Signals 4 4. Manual on Uniform Traffic Control Devices, 2009 Edition 5 a. Digits 6 5. Federal Aviation Administration (FAA) 7 a. FAA L-802-B 8 6. Institute of Transportation Engineers (ITE): 9 a. Vehicle Traffic Control Signal Head – Light Emitting Diode (LED) Circular 10 Signal Supplemental (VTCSH), adopted June 2005. 11 b. Vehicle Traffic Control Signal Head Part 3: Light Emitting Diode (LED) 12 Arrow Traffic Signal Modules. 13 c. Equipment and Materials Standards, Vehicle Traffic Control Signal Heads 14 (VTCSH) Part 2: LED Vehicle Signal Modules. 15 d. PTCSI LED Signal Modules Draft Version of February 2009 16 1) Luminous intensity, uniformity and viewing angles 17 2) Chromaticity 18 7. Underwriter’s Laboratory Incorporate (UL) 19 a. Standard UL-651 – “Schedule 40 and 80 Rigid PVC Conduit and Fittings” 20 b. Standard UL-514B – “Conduit, Tubing, and Cable Fittings 21 8. American Standards Institute (ANSI)/Institute of Electrical and Electronics 22 Engineers (IEEE) 23 a. Section 6.1.2 ANSI/IEEE C62.41.2 – 2002, 3KV, 2 Ω 24 b. Section 6.1.1 ANSI/IEEE C62.41.2 – 2002, 6KV, 30Ω 25 c. Transient suppression 26 9. MIL-STD-883 27 a. Test Method 2007 28 b. Mechanical vibration 29 10. MIL-STD-810F 30 a. Procedure 1, Rain & Blowing Rain 31 b. Moisture resistance 32 11. National Electrical Manufacturer’s Association (NEMA) 33 a. Section 2.1.6 NEMA TS 2-2003 34 b. Section 2.1.8 NEMA TS 2-2003 35 c. Transient voltage protection 36 d. Controller compatibility 37 12. Federal Communications Commission (FCC) 38 a. Title 47 Sec 15 Sub. B 39 b. Electronic noise 40 13. International Municipal Signal Association (IMSA) 41 a. IMSA 5-1 42 b. IMSA 7-1 43 c. IMSA 20-1 44 14. National Fire Protection Association (NFPA) / National Electric Code (NEC) 45 a. NFPA 70 46 b. Wiring 47 34 41 10 - 20 TRAFFIC SIGNALS Page 20 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 15. International Electrotechnical Commission (IEC) 1 a. Section 8.2 IEC 1000-4-5 2 b. Section 8.0 IEC 1000-4-12 3 c. Transient suppression 4 1.4 ADMINISTRATIVE REQUIREMENTS 5 A. Coordination 6 1. City must approve any deviation from Specification ten (10) working days prior to 7 installation. 8 B. Preinstallation Field Inspection Meetings 9 1. 48 hours’ Notice of Intention to establish final location of any foundations, bases, 10 conduit, and detectors. 11 2. 48 hours’ notice to Texas811, City of Fort Worth Water and Sewer (817-871-12 8275), and City of Fort Worth Traffic Signals/Street Lights/Storm Drains (817-13 392-8100). 14 C. Scheduling 15 1. 48 hours advanced approval for existing traffic signal turn off of flash operation. 16 2. 48 hours advanced notice of placing traffic signal into operation. 17 3. 3 Working Days’ notice for City provided equipment pick-up. 18 1.5 SUBMITTALS 19 A. Submittals shall be in accordance with Section 01 33 00. 20 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 21 specials. 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 23 A. Product Data Sheets are required for: 24 1. Traffic signal housing, louvered back plates, visors, louvers, LED lamps, and 25 mounting hardware 26 2. Pedestrian signal housing, LED lamps, and mounting hardware 27 3. Pedestrian push button assemblies 28 4. Accessible Pedestrian Signals 29 5. Conduit 30 6. Battery back-up systems 31 7. Multi-conductor cable 32 8. Power lead-in cable 33 9. Ground boxes 34 10. Grounding conductor 35 11. Grounding rod 36 12. Concrete (Refer to Section 03 30 00) 37 13. Vibration dampers 38 14. Standard and Decorative Traffic Signal Structures 39 15. Roadside Flashing Beacon Assembly 40 34 41 10 - 21 TRAFFIC SIGNALS Page 21 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 16. School Zone Flasher Assembly 1 17. Rectangular Rapid Flashing Beacon Assembly 2 18. Miscellaneous items supplied 3 1.7 DELIVERY, STORAGE, AND HANDLING 4 A. Storage and Handling Requirements 5 1. Parts shall be properly protected so that no damage or deterioration occurs during a 6 prolonged delay from the time of shipment until installation. 7 2. Exposed anchor bolts shall be protected until pole shaft is installed. 8 3. Finished iron or steel surfaces not painted shall be properly protected to prevent rust 9 and corrosion. 10 4. Prevent plastic and similar brittle items from being exposed to direct sunlight and 11 extremes in temperature. 12 5. The Contractor shall secure and maintain a location to store the material in 13 accordance with Section 01 50 00. 14 B. Delivery and Acceptance 15 1. Inspect all City furnished materials prior to taking possession. Any damages after 16 taking possession shall be the responsibility of the Contractor. 17 2. Arrange pick up all City furnished materials and deliver them to the Site. 18 1.8 WARRANTY 19 A. Manufacturer Warranty 20 1. Manufacturer’s warranty shall be in accordance with Division 1. 21 2. A 2 year warranty shall be required on all equipment furnished by the Contractor. 22 3. A 3 year warranty shall be required on all rectangular rapid flashing beacon 23 assemblies. 24 4. A 5 year unconditional warranty shall be required on all batteries for the battery back-25 up systems furnished by the Contractor. 26 5. A 5 year warranty shall be required on all APS units. 27 6. School zone flasher 28 a. Each school zone flasher cabinet assembly shall be warranted to be free from 29 defects in material and workmanship for a period of five years from date of 30 shipment from the factory. 31 b. The 50/100 Ah battery shall be low self-discharging, leak proof, gelled 32 electrolyte and maintenance free intended for photo voltaic service. The 33 battery shall carry a prorated warranty for a minimum of two years by the 34 battery manufacturer. 35 c. The regulator shall have a warranty of five (5) years from the date of purchase. 36 d. Each time switch shall be warranted to be free from defects in material and 37 workmanship for a period of five (5) years from the date of shipment from the 38 factory. 39 B. Extended Correction Period 40 1. Contractor responsible for correcting any substandard workmanship and/or 41 materials for 24 months from the date the signal is accepted by the City. 42 34 41 10 - 22 TRAFFIC SIGNALS Page 22 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 PART 2 - PRODUCTS 1 2.1 PRODUCTS TO BE FURNISHED FROM THE CITY 2 A. Refer to Drawings and Contract Documents to determine if any Items are to be 3 purchased from the City and installed by the Contractor. 4 B. Items that the City may furnish include: 5 1. Signal controller 6 2. Controller cabinet assembly 7 3. Traffic signal poles 8 4. Traffic signal mast arms 9 5. Detection equipment 10 6. Preemption equipment 11 7. Signs 12 8. Communications equipment 13 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS 14 A. Manufacturers 15 1. The manufacturer must comply with this Specification and related Sections. 16 2. Any equipment, product type, or material that is not listed in this Specification or 17 in TxDOT’s Material Producer List is considered a substitution and shall be 18 submitted in accordance with Section 01 25 00 and not installed until approved. 19 a. http://www.txdot.gov/inside-txdot/division/construction/producer-list.html 20 3. If more than 1 unit of a given bid item is required, then the Contractor shall ensure 21 that all units are the product of 1 manufacturer, unless otherwise directed by the 22 Traffic Management Manager or designee. No mix or matching will be allowed. 23 B. Description 24 1. Regulatory Requirements 25 a. Traffic signal shall meet or exceed standards set forth by the Texas Manual on 26 Uniform Traffic Control Devices (TMUTCD), National Electric Code (NEC), 27 Institute of Transportation Engineers (ITE), American Society for Testing and 28 Materials (ASTM), American Standards Institute (ANSI), and National 29 Electrical Manufacturer’s Association (NEMA). 30 2. It is the Contractor's responsibility to furnish all materials necessary to complete 31 each traffic signal installation, whether the item is specifically mentioned or not. 32 All unspecified materials (i.e., electrical tape, bolts, and nuts, etc.) shall meet the 33 requirements of the National Electrical Code. 34 3. All materials supplied by the Contractor shall be of new, un-depreciated stock. 35 C. Traffic Signal Materials 36 1. LED Traffic Signal Head Assemblies 37 a. Vehicle Signal Housings 38 1) The product bid shall be manufactured by one of the following 39 manufacturers: 40 a) Econolite 41 b) McCain 42 c) Other prior approved equivalent 43 34 41 10 - 23 TRAFFIC SIGNALS Page 23 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 2) The housing and doors of the signal head shall be made of die cast 1 aluminum alloy in accordance with ASTM Specification B85-57T. 2 3) Sandcast aluminum alloy shall be used for other parts of the signal head if 3 in accordance with ASTM Specification B26-57T. 4 4) The visors shall be fabricated from aluminum sheet conforming to the 5 ASTM Specification B-209-57T. 6 5) All miscellaneous parts such as hinge pins, lens clips, locking devices, etc. 7 shall be made of a non-corrosive material. 8 6) The housing of the signal heads shall be constructed of interchangeable 9 sections. 10 7) All exterior mating surfaces shall be flat to assure waterproof and dust-11 proof assembly of sections. 12 8) The top and bottom of the sections will have an opening approximately 2 13 inches in diameter to permit the entrance of 1 ½ inch pipe nipples. 14 9) Each section shall have serrated openings or equivalent, for providing a 15 positive and locked positioning of signal sections when used with serrated 16 mast arm or span wire mounting brackets. 17 10) The door and lens housing shall be equipped with a watertight and dust-18 tight molded neoprene gasket. 19 a) The door of each signal section shall be attached to the housing in a 20 watertight and dust-proof manner. 21 b) Non-corrosive hinge pins and 2 wing screws will be furnished on each 22 door for opening and closing without the use of special tools. 23 (1) These hinges and screws shall be of such design as to allow even 24 gasket pressure. 25 11) Each signal head section shall be furnished with a detachable tunnel type 26 visor unless otherwise specified. 27 12) Visors shall be a minimum of 10 inches in length (depth) for 12 inch 28 signals. 29 a) Visors shall be attached to the door assemblies in a manner that 30 facilitates field removal and installation. 31 b) Visors shall be fabricated from aluminum and shall not form a 32 complete circle and shall have the bottom open, unless louvers are 33 required. 34 13) Traffic signal housing shall be furnished with LED inserts that comply 35 with this Specification and shall be in the standard red, amber and green 36 configuration as specified by the most current version of the TMUTCD. 37 14) A screw down type terminal block shall be provided with each signal head 38 for facilitating field wiring. 39 15) The pigtail leads from the lamp receptacles shall be connected to a 40 common terminal block within the head assembly. 41 16) Each terminal block will be at least a 6 position, 12 terminal strip securely 42 fastened at both ends to the signal housing. 43 17) The housing and outside surface of the visors shall be traffic yellow (RAL 44 1023) in color. 45 a) The inside surface of visors shall be a “Dull” or “Flat-black” color. 46 b) The outside surface shall have a minimum of 2 coats of baked chrome 47 yellow enamel (TT-C-595E1310), Munsell notation O.YP 47/15/3, per 48 FAA Specification L-802-B and ASTM D 1535. 49 b. LED traffic signal lamp unit 50 34 41 10 - 24 TRAFFIC SIGNALS Page 24 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) The product bid shall be manufactured by one of the following 1 manufacturers: 2 a) GE Lighting Solutions 3 b) Duralight 4 c) Other prior approved equivalent 5 2) The equipment shall conform to the applicable requirements of: the 6 Underwriter’s Laboratory Incorporate (UL), the American Society for 7 Testing and Materials (ASTM), the American Standards Institute (ANSI), 8 the National Electrical Manufacturer’s Association (NEMA), and other 9 applicable standards and specifications. 10 3) The LED traffic signal lamp unit shall comply at a minimum with the 11 Institute of Transportation Engineers (ITE) specification for Vehicle Traffic 12 Control Signal Head – Light Emitting Diode (LED) Circular Signal 13 Supplement (VTCSH); adopted June 2005, for circular indications and 14 Vehicle Traffic Control Signal Head Part 3: Light Emitting Diode (LED) 15 Arrow Traffic Signal Modules for arrow indications. 16 4) The LED shall have an “incandescent” look, using the minimum number of 17 LED’s that comply with the ITE specification. 18 5) If proper orientation of the LED unit is required for optimum performance, 19 a clear, durable and unmistakable marking shall be provided on each lens 20 as to its proper orientation (top or bottom). 21 6) The manufacturer’s name, serial number and other necessary identification 22 shall be permanently marked on the backside of the LED traffic signal 23 lamp unit. A label shall be placed on the unit certifying compliance to ITE 24 standards. 25 7) Documentation Requirements 26 a) Each LED traffic signal lamp unit shall be provided with the following 27 documentation: 28 (1) Complete and accurate installation wiring guide 29 (2) Contact name, address, and telephone number for the 30 representative, manufacturer, or distributor for warranty repair. 31 (3) A copy of a test report certified by an independent laboratory that 32 the LED traffic signal lamp model submitted meets all the 33 requirements of these Specifications in accordance with ITE 34 VTSCH Part 2. 35 (4) Schematic diagram for each unit, along with any necessary 36 installation instructions 37 (5) For each unit submitted, the manufacturer name, brand and model 38 number of LEDs used shall be provided, along with the LED 39 manufacturer’s recommended drive current and degradation 40 curves. 41 (6) Warranty information from manufacturer 42 (7) Quality assurance testing documentation 43 c. Signal head louvers 44 1) Louvers shall be provided for those signal sections indicated in the 45 Drawings. 46 2) All louvers shall be of such design as to provide visibility of the lens for 47 the intended lane of traffic as indicated by the Drawings and block 48 visibility to all other lanes. 49 d. Mounting hardware 50 34 41 10 - 25 TRAFFIC SIGNALS Page 25 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) Mast Arm Mount Signal Bracket, 1-Way Cable Mount 1 a) The product bid shall be the mast arm mount signal bracket, 1-way 2 cable mount, for 3 to 5 section head with 84 inches cable and 74 inches 3 long gusseted tube manufactured by Pelco, part no. AB-0125, or 4 approved equivalent. 5 2) Mast Arm Mount Signal Bracket, 1-Way Cable Mount, Clamp Assembly 6 a) The product bid shall be the mast arm clamp assembly with 84 inches 7 cable manufactured by Pelco, part no. AB-3009, or approved 8 equivalent. 9 3) Mast Arm Mount Signal Bracket, 2-Way Cable Mount 10 a) The product bid shall be the mast arm mount signal bracket, cluster 11 cable mount, for 5 section signal head with 84 inches cable 12 manufactured by Pelco, part no. AB-0138, or approved equivalent. 13 General Specifications are below. 14 4) General Specifications 15 a) Bracket shall be completely adjustable such that it is capable of 16 rotational adjustment about the bracket axis, vertical adjustment, 17 rotational adjustment about the mast arm and rotational adjustment 18 right & left from the vertical plane. 19 b) Bracket shall be provided with aircraft type stranded cable for 20 fastening the bracket to the supporting arm or structure. 21 c) Bracket shall be easily adjustable to fit all sizes of round, octagonal, 22 elliptical or other shaped structure without special tools or equipment. 23 d) Bracket shall attach to the signal in a clamping manner holding the 24 signal both top and bottom in order to assure maximum rigidity. 25 (1) For the 1-way cable mount, a standard bracket shall accommodate 26 all major signal manufacturers’ signals from a 3 section 1-way 12 27 inches signal through a 5 section 1-way 12 inches signal and any 28 combination thereof including 3M and ICC configurations. 29 (2) For the 2-way cable mount, a standard bracket shall accommodate 30 all major signal manufacturers’ signals for a 3 section 2-way 12 31 inches signal and any combination thereof including 3M and ICC 32 configurations. 33 e) Upper and Lower Arms 34 (1) Shall be cast from 319 aluminum or equivalent 35 (2) The lower bracket arm shall be internally threaded to 36 accommodate the threaded vertical support tube. 37 (3) The lower arm shall be furnished with ABS plastic covers, which 38 will slide and snap into position without the use of fasteners or 39 tools. 40 (4) All upper and lower arms shall have 72 tooth serrations cast into 41 the arm to assure a positive lock with signal housing and shall be 42 secured about their rotational axis with setscrews. 43 (5) Both upper and lower arms shall have a tri-bolt arrangement for 44 attachment to the signal housing. 45 (6) Opening in the lower arms shall accommodate a minimum of 3, 12 46 conductor 14 gauge cables. 47 f) Vertical Support Tube 48 (1) Shall be a double gusseted tube extruded from 6063-T6 aluminum 49 alloy or equivalent and have a cross section. 50 34 41 10 - 26 TRAFFIC SIGNALS Page 26 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (2) Each tube shall be complete with a vinyl closure strip and be 1 threaded on 1 end to accommodate the lower arm assembly. 2 g) Mast Arm Clamp Assembly 3 (1) Both male and female halves shall be cast from 713 aluminum 4 alloy or equivalent. 5 (2) The male clamp half shall be secured within the female half, 6 utilizing a spring steel retainer ring. 7 (3) Such assembly shall provide an unobstructed center of 2 3/8 inches 8 minimum diameter, allowing for 360 degree rotation of the clamp 9 assembly. 10 (4) There shall be no internal cross bracing assembly obstructing the 11 center opening. 12 h) Aircraft Type Stranded Cable 13 (1) Shall be fabricated in 1 piece with a minimum diameter of 3/16 14 inches either galvanized or stainless steel 15 (2) The cable shall be complete with 7/16 inch stainless steel clamp 16 screw permanently attached to each end. Each clamp screw shall 17 be fitted with a stainless steel hex nut, SAE flat washer and an 18 aluminum-bearing washer. 19 (3) The clamp screw shall be flattened on 2 opposite sides for wrench 20 accommodation. The stranded cable shall be of sufficient length to 21 fasten the clamp assembly to a minimum pole diameter of 8.6 22 inches. 23 i) Each bracket shall be complete with all necessary bolts, washers, 24 gaskets, etc. to allow assembly of the signal to the bracket and the 25 bracket to the mast arm. 26 j) All aluminum parts shall have an Alodine (or equivalent) finish. All 27 steel parts shall have a traffic yellow (RAL 1023) zinc di-chromate 28 finish. 29 2. LED Countdown Pedestrian Signal Head Assemblies 30 a. General 31 1) Furnish a single, self-contained module, not requiring on-site assembly for 32 retrofit into existing traffic signal housings as defined in TxDOT DMS-33 11130, Pedestrian Signal Heads. Ensure that installation does not require 34 special tools. 35 2) Provide LED’s rated for 100,000 hours of continuous operation over a 36 temperature range of -40°C to +74°C. 37 3) Ensure modules are rated for a minimum life of 60 months. 38 4) Ensure modules meet all parameters of this specification throughout this 39 60-month period. 40 5) Use LEDs manufactured using aluminum-indium-gallium-phosphide 41 (AlInGaP) technology or other LEDs with lower susceptibility to 42 temperature degradation than aluminum-gallium-arsenic (AlGaAs) 43 technology. AlGaAs LEDs are not allowed aluminum. 44 b. Housing 45 1) The product bid shall be manufactured by one of the following 46 manufacturers: 47 a) McCain Traffic Supply 48 b) Other prior approved equivalent 49 34 41 10 - 27 TRAFFIC SIGNALS Page 27 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 2) Housings will not be provided for retrofit modules. 1 3) Housing units shall be new and unweathered. 2 4) Housing shall be in accordance with TxDOT DMS-11130. 3 5) The housing shall be fitted with an LED module that has an incandescent 4 look. 5 6) The housing shall be a 1-piece corrosion resistant aluminum alloy die-6 casting with integrally cast top, bottom and sides that are weather proof 7 and dust-tight. 8 7) The housing shall be right and left drilled for clamshell attachment and 9 shall have top and bottom ports that are opened and capped and will 10 accommodate standard 1 ½ inches pipe. 11 8) The approximate size of housing (including body, door, and ears) shall be 12 16.0 inches H x 18.75 inches W x 8 inches D. 13 9) The door frame shall be a 1-piece corrosion resistant aluminum die-casting. 14 10) The housing shall be traffic yellow (RAL 1023). 15 11) The housing shall have a standard 3-position terminal block, pre-wired to 16 receptacles to permit easy field installation of a power supply. 17 12) All necessary hardware shall be provided with housing. Rivets shall be 18 aluminum and bolts, lock washers, screws, eyebolt assembly and pins shall 19 be stainless steel. 20 c. Mounting hardware 21 1) Mounting hardware shall be the clamshell mount type #4805 manufactured 22 by McCain, or approved equivalent. 23 2) Mounting hardware shall be a 2-piece, cast aluminum alloy assembly. 24 3) The 2 separate castings shall be joined in the final assembly by the use of 25 stainless steel spring pins. 26 4) The pole half of the assembly shall be designed to adapt to a wide range of 27 pole configurations (4 inch minimum diameter). 28 5) Unit construction shall allow band-it type mounting. 29 6) Band-it type mounting shall be permitted by 2 recessed slots near the top 30 and bottom of the pole half of the assembly. 31 7) The pedestrian assembly shall be capable of being mounted on the pole by 32 lining up the mounting pins of the pole half with the mounting ears of the 33 pedestrian assembly and lowering it into position. 34 8) 3 sets of screw terminal pairs shall be located on a terminal block in the 35 upper third of the head half of the clamshell assembly. 36 9) A closed cell neoprene sponge gasket shall be provided on the mating 37 surfaces of the 2 halves of the assembly to compete the rain-tight 38 construction. 39 d. Module 40 1) Modules shall comply with TxDOT DMS-11130. 41 2) Ensure retrofit modules are capable of replacing the optical unit. 42 3) The module lens may be a replaceable part without the need to replace the 43 complete module. 44 4) Ensure the walking person and hand icons (16 in. x 18 in. size only) are 45 full (not outlines). 46 5) Ensure the countdown digits are made up of two rows of LEDs. 47 6) Ensure each digit is a minimum of 7 in. in height. 48 7) For each nominal message bearing surface (module) size, use the 49 corresponding H (height) and W (width): 50 34 41 10 - 28 TRAFFIC SIGNALS Page 28 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1 2 3 4 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. 5 8) Ensure the units do not have any attachments or options that will allow the 6 mode to be changed from counting the clearance cycle, to the full 7 walk/don’t walk cycle. 8 9) Provide modules that are single, self-contained devices, not requiring on-9 site assembly for installation into existing traffic signal housing. 10 10) Ensure the power supply is designed to fit and mount inside the pedestrian 11 signal module. 12 11) Ensure the assembly and manufacturing process for the module is designed 13 to assure all internal LED and electronic components are adequately 14 supported to withstand mechanical shock and vibration from high winds 15 and other sources. 16 e. Environmental Requirements 17 1) Ensure the module is rated for use in the ambient operating temperature 18 range, measured at the exposed rear of the module, of –40°C to +74°C (–19 40°F to +165°F). 20 2) Ensure the pedestrian module is designed to meet NEMA 250 Hose down 21 Test. 22 3) The test is to be conducted on a stand-alone unit. No protective housing 23 will be used. 24 4) Ensure the module lens is UV stabilized. 25 5) Ensure that the LED optical unit is dust- and moisture-proof to protect all 26 internal LED and electrical components. 27 6) Provide housing for each LED optical unit that is a sealed watertight 28 enclosure that prevents dirt contamination and allows for safe handling in 29 all weather conditions. 30 7) Perform moisture-resistance testing on LED signal sections in accordance 31 with the requirements in the latest NEMA Standard 250 for Type 4 32 enclosures. 33 8) Evidence of internal moisture after testing will be cause for rejection. 34 f. Signal Lens 35 1) Ensure the lens of the LED pedestrian and countdown signal modules are 36 polycarbonate UV stabilized and a minimum of 1/4 in. thick. 37 2) Ensure the exterior of the lens of the LED pedestrian and countdown signal 38 module are smooth and frosted to prevent sun phantom. 39 g. Module Identification 40 1) Each module must be permanently identified on the backside with the 41 manufacturer’s name, model numbers, manufactured date (minimum week 42 and year), and serial number. 43 2) Ensure the following operating characteristics are identified: nominal 44 voltage, power consumption, wattage and Volt-Ampere. 45 34 41 10 - 29 TRAFFIC SIGNALS Page 29 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 h. Photometric Requirements 1 1) Luminance, Uniformity & Distribution 2 a) Ensure that for a minimum period of 60 months, the maintained 3 minimum luminance values for the modules under normal operating 4 conditions are not less than 2200 cd/m2 for the Walking Person icon 5 and 1400 cd/m2 for the Hand icon when measured perpendicular to the 6 surface of the module at nine (nine) separate points on the icon. 7 b) These values may decrease up to 50% of these table values beyond 15° 8 from the perpendicular in either to the left or right on a horizontal 9 plane. 10 c) Ensure that the luminance of the module does not exceed three times 11 the maintained minimum luminance of the modules. 12 d) Ensure that the uniformity of the walking person and hand icons’ 13 illumination meet a ratio of not more than 1 to 5 between the minimum 14 and maximum luminance measurements (in Cd/m2). 15 2) Chromaticity 16 a) The standard colors for the LED Pedestrian Signal Module must be 17 White for the walking person and Portland Orange for the hand icon 18 and countdown digits on a black opaque background. 19 b) Furnish an optical unit that remains in accordance with the 20 chromaticity (color) requirements in the latest Equipment and Material 21 Standards of the Institute of Transportation Engineers, Chapter 3: 22 "Pedestrian Traffic Control Signal Heads," for a minimum of 60 23 months over an operating temperature range of −40°F to 165°F. 24 i. Electrical 25 1) General 26 a) Furnish modules that are operationally compatible with traffic signal 27 controllers, cabinets and accessories manufactured to City 28 specifications. 29 b) Ensure that all wiring and terminal blocks meet the requirements of 30 Section 13.02 of the VTCSH Standard. 31 c) Three secured, color coded, 914 mm (36 in) long 600 V, 16 AWG 32 minimum, jacketed wires, conforming to the National Electrical Code, 33 rated for service at +105°C, are to be provided for electrical 34 connection. 35 d) Furnish LED signal modules that are designed so that there is no 36 noticeable light output when connected to rated voltage through an 37 impedance of 15 Kohm (either resistive or capacitive). 38 e) Furnish signal modules that are designed so that, under normal 39 operation, an AC voltage of no greater than 10 volts RMS shall be 40 developed across the unit when it is connected in series with any value 41 of impedance greater than 15 Kohms and for any applied AC voltage 42 between 95 and 135 volts RMS that is connected across this series 43 combination. 44 f) In addition, the signal module must be designed so that the voltage 45 across the module will reduce in value to less than 10 volts RMS 46 within 100 msec when the module is switched off by any solid state 47 switch or switch pack having an impedance of 15 Kohms or greater. 48 34 41 10 - 30 TRAFFIC SIGNALS Page 30 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 g) Incorporate a regulated power supply engineered to electrically protect 1 the LEDs and maintain safe and reliable operation in each LED optical 2 unit. 3 h) Use a power supply that provides capacitor-filtered direct current (DC) 4 regulated current to the LEDs per the LED manufacturer specification. 5 Designs that operate at currents greater than the LED manufacturer's 6 recommended drive current will not be allowed. 7 i) Design the power supply so that the failure of an individual component 8 or any combination of components cannot cause the signal to be 9 illuminated after alternating current (AC) power is removed. Provide a 10 signal module that is equipped such that each indication (i.e. walk 11 symbol, hand, and countdown display) is provided with a separate 12 power supply. 13 2) Voltage Range 14 a) Ensure the LED modules operate from a 60 ± 3 Hertz AC line power 15 over a voltage range from 80 to 135 VAC RMS. 16 b) The current draw must be sufficient to ensure compatibility and proper 17 triggering and operation of load current switches and conflict monitors. 18 c) Nominal operating voltage for all measurements must be 120 ± 3 Volts 19 rms. 20 d) Fluctuations in line voltage over the range of 80Vac to 135Vac must 21 not affect luminous intensity by more than ± 10%. 22 e) Ensure the LED circuitry prevents flickering at less than 100 Hz over 23 the voltage range stated above. 24 f) Provide modules that are designed and constructed so that the failure of 25 a single LED will not result in the loss of additional LEDs. 26 g) There should be no illumination of the module when the applied 27 voltage is less than 35 VAC RMS. 28 h) To test for this condition the each icon must first be fully illuminated at 29 the nominal operating voltage. 30 i) The applied voltage must then be reduced to the point where there is no 31 illumination. 32 j) This point must be greater than 35 VAC RMS. 33 k) Turn-On and Turn-Off Time 34 (1) Ensure each icon of the module reaches 90% of their full 35 illumination (turn-on) within 75 msec of the application of the 36 nominal operating voltage. 37 (2) The modules must not be illuminated (turn-off) after 75 msec of 38 the removal of the nominal operating voltage. 39 l) For abnormal conditions when nominal voltage is applied to the unit 40 across the two-phase wires (rather than being applied to the phase wire 41 and the neutral wire) the pedestrian signal unit must default to the hand 42 symbol. 43 m) Transient Voltage Protection 44 (1) Ensure the module’s on-board circuitry includes voltage surge 45 protection to withstand high-repetition noise transients and low-46 repetition high-energy transients as stated in Section 2.1.6, NEMA 47 Standard TS-2, 2003, or the latest version. 48 n) Electronic Noise 49 34 41 10 - 31 TRAFFIC SIGNALS Page 31 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (1) The modules and associated on-board circuitry must meet Federal 1 Communications Commission (FCC) Title 47, Sub Part B, Section 2 15 regulations concerning the emission of electronic noise. 3 o) Power Factor (PF) and AC Harmonics 4 (1) Ensure the modules provide a power factor of 0.90 or greater when 5 operated at nominal operating voltage, and 25ºC (77ºF). 6 (2) Total harmonic distortion induced into an AC power line by the 7 module, operated at nominal operating voltage, at 25ºC (77ºF) 8 shall not exceed 20%. 9 3) Module Functions 10 a) Cycle 11 (1) The module must operate in one mode: Clearance Cycle 12 Countdown Mode Only. 13 (2) The display of the number of remaining seconds must begin only 14 at the beginning of the pedestrian change interval. 15 (3) After the countdown displays zero, the display must remain dark 16 until the beginning of the next countdown. 17 (4) Module will not have user accessible switches or controls for 18 modification of cycle. 19 (5) Ensure the countdown pedestrian signal displays the number of 20 seconds remaining until the termination of the pedestrian change 21 interval. 22 (6) Countdown displays must not be used during the walk interval nor 23 during the yellow change interval of a concurrent vehicular phase. 24 b) Learning Cycle 25 (1) Ensure that at power on, the module enters a single automatic 26 learning cycle. 27 (2) During the automatic learning cycle, the countdown display 28 remains dark. 29 c) Cycle Modification 30 (1) The unit re-programs itself if it detects any increase or decrease of 31 Pedestrian Timing. 32 (2) The counting unit will go blank once a change is detected and then 33 take one complete pedestrian cycle (with no counter during this 34 cycle) to adjust its buffer timer. 35 d) Recycling 36 (1) Ensure the module allows for consecutive cycles without 37 displaying the steady Hand icon (“Don’t Walk”) or the countdown 38 display. 39 e) Preemption 40 (1) Provide modules that recognize preemption events and temporarily 41 modify the crossing cycle accordingly. 42 (2) If the controller preempts during the walking man, the countdown 43 will follow the controller's directions and will adjust from walking 44 man to flashing hand. 45 (3) It will start to count down during the flashing hand. If the 46 pedestrian change interval is interrupted or shortened as a part of a 47 transition into a preemption sequence, the countdown pedestrian 48 signal display should be discontinued and go dark immediately 49 upon activation of the preemption transition. 50 34 41 10 - 32 TRAFFIC SIGNALS Page 32 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (4) The next cycle, following the preemption event, must use the 1 correct, initially programmed values. 2 f) “Don’t Walk” Steady 3 (1) If the controller output displays Don’t Walk steady condition and 4 the unit has not arrived to zero or if both the hand and man are 5 dark for some reason, the unit suspends any timing and the digits 6 will go dark. 7 (2) A steady UPRAISED HAND (symbolizing DONT WALK) signal 8 indication must be displayed during the yellow change interval and 9 any red clearance interval (prior to a conflicting green being 10 displayed). 11 g) Power Failures 12 (1) The module must maintain a consistent countdown during short 13 power failures (less than 1 second). 14 (2) A longer failure or an absence of signal greater than one (1) second 15 must turn off countdown display and trigger a restart system 16 remembering the last sequence, as it is done for the 170/2070 17 traffic controller. 18 3. Pedestrian Push Button Assemblies 19 a. The product bid shall be the Bulldog™ pushbutton BDLM2-Y with Bulldog 20 Pole Mount BDPM-X manufactured by Polara, or approved equivalent, and 21 shall meet the following specifications: 22 1) Button must be highly vandal resistant and pressure activated with 23 essentially no moving parts. 24 2) Button must be able to withstand an impact from a baseball bat or hammer. 25 3) Button housing must be cast aluminum powder coated traffic yellow (RAL 26 1023). 27 4) Button cap must be made of 316 stainless steel. 28 5) Switch must be solid state electronic Piezo switch rated for 100 million 29 cycles with no moving plunger or moving electrical contacts. 30 6) Button must have LED to give indication of button being pushed. 31 7) Button must give a 2 toned beep indication of button being pushed (1 tone 32 for push, 1 tone for release). 33 8) Button must have built in surge protection. 34 9) Button must be able to hold the call for a minimum of 5 seconds. 35 10) Button must operate immediately after being completely immersed in 36 water for 5 minutes. 37 11) Button must not be able to allow ice to form such that it would impede 38 function of button or button cap. 39 12) All switch electronics must be sealed within the cast aluminum housing. 40 13) Button must have raised ridges to protect the button from side impacts. 41 14) The button shall come complete with an aluminum round housing to be 42 mounted to the signal pole. The housing shall be cast aluminum powder 43 coated traffic yellow (RAL 1023). 44 15) R10-3e push button signs 45 16) All necessary pole mounting hardware shall be supplied. 46 4. Accessible Pedestrian Signals (APS) 47 a. The product bid shall be either Navigator APS™ by Polara, Pelco IntelliCross, 48 or approved equivalent, and shall meet the following specifications: 49 34 41 10 - 33 TRAFFIC SIGNALS Page 33 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) Housing requirements 1 a) Provide a 2-piece cast aluminum housing unit consisting of a base 2 housing and a removable cover. 3 b) Shall be vandal proof and be powder coated to provide a high contrast 4 to the support structure for the visually impaired. 5 c) Made of corrosion-resistant material. The bolts used for mounting the 6 APS housing to the support structure shall be stainless steel. 7 d) Shall come as a two part swivel and lock system with APS button 8 station and mounting plate. The mounting plate must have two 9 elongated holes for mounting to the standard of minimum 0.300” x 10 0.5”. One mounting hole shall be in a vertical orientation and the 11 second mounting hole shall be in a horizontal orientation to allow for 12 drill alignment errors. 13 e) For ease of mounting a push button height indicator will be located on 14 the mounting plate to assure consistent and uniform installation. 15 f) The swivel and lock system shall provide a minimum of plus and 16 minus 15 degrees of rotation. A single security screw shall be used to 17 secure the APS assembly to the mounting plate for quick assembly and 18 disassembly. 19 g) The mounting plate shall provide for banding the APS assembly to a 20 pole with two 5/8” type steel bands. 21 h) The mounting plate shall provide a bend/ radius for wiring exiting from 22 the pole and create a natural drip loop of the wires before entering the 23 APS assembly. 24 i) Be attached to the pole with two ¼-20 screws suitable for use in tapped 25 holes. The mounting plate hole arrangement shall ensure that the clear 26 space between any two mounting holes required in the post must be at 27 least twice the diameter of the larger hole. 28 j) The size and design of the APS button shall be to allow two APS 29 button assemblies to be mounted adjacent on a four inch diameter pole 30 without need for an additional adaptor or spacer. 31 k) Access to wiring and programming ports is provided via a separate 32 compartment distinct from the main housing. 33 2) Ensure the internal components provide a pushbutton with all the electrical 34 and mechanical parts required for operation. 35 3) Supply housing or an adapter (saddle) that conforms to the pole shape, 36 fitting flush to ensure a rigid installation. 37 4) Supply adapters of the same material and construction as the housing. 38 5) Close unused openings with a weather-tight closure painted to match the 39 housing. 40 6) Provide a minimum 0.5 inch hole with an insulating bushing through the 41 back of the housing. 42 7) Ensure the manufacturers name or trademark is located on the housing. 43 8) The APS pushbutton shall be a solid state switch rated for at least 1 million 44 operations. 45 9) Ensure APS complies with US Access Board’s “Draft Guidelines for 46 Accessible Public Rights of Way” (PROWAG) Section R306. 47 34 41 10 - 34 TRAFFIC SIGNALS Page 34 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 10) Ensure that the APS complies with and provides operation consistent with 1 requirements of Sections 4E.09 through 4E.13 of the 2009 Edition of the 2 Federal Highway Administration publication Manual on Uniform Traffic 3 Control Devices. 4 11) Supply an APS (pushbutton station) that includes a pedestrian sign, a 5 pushbutton, vibrotactile arrow and an audible speaker contained in one unit 6 and with the following features: 7 a) Vibrating tactile arrow with high visual contrast. 8 b) Vibrotactile arrow shall be rotatable without disassembly of the APS 9 enclosure. The arrow shall be adjustable by 4-degree increments. 10 c) Tactile arrows 11 (1) Raised a minimum of 0.031 inches (0.8mm) from the pedestrian 12 detector surface 13 (2) Between 1.378 inches (35mm) and 1.772 inches (45mm) in length 14 (3) A stroke width between 10 and 15 percent of the length of the 15 arrow 16 (4) An open arrowhead at 45 degrees to the shaft and not exceeding 33 17 percent of the length of the shaft 18 (5) Be easily removable and rotatable without APS button station 19 disassembly 20 (6) Arrow affixed to the pedestrian detector face secured with security 21 type screws 22 (7) Where required a double arrow shall be provided on the pedestrian 23 detector 24 (8) Tactile arrows shall be located on the pedestrian detector, have 25 high visual contrast (dark on light), and shall be aligned parallel to 26 the direction of travel on the associated crosswalk 27 d) Pushbutton locator tone with a duration of 0.15 seconds or less, 28 repeating at 1-second intervals. 29 e) The pushbutton locator tones must deactivate when the traffic control 30 signal is operating in a flashing mode. 31 f) The locator tones must be intensity responsive to ambient sound and be 32 audible (a maximum of 5 dBA louder than ambient sound) up to 6 to12 33 feet from the pushbutton or to the building line whichever is less. 34 g) Speech walk message for the WALKING PERSON (symbolizing 35 WALK) indication. 36 h) Speech pushbutton information message. 37 i) Unless plans require otherwise, provide each pushbutton station with a 38 9” X 15” sign. Use sheet aluminum with minimum thickness of 0.080 39 in. for information signs for push buttons. 40 j) Pedestrian detector shall: 41 (1) Be a minimum of 2-inches (50mm) in diameter, 42 (2) Raised above the surrounding surface for ease of operation, 43 (3) The mechanism should not require more than 5 pounds (22.2 N) of 44 force to activate, 45 (4) Provide mounting for the directional tactile arrow, and 46 (5) Provide a slot for changing the direction of the arrow through 47 button rotation with a blade type screwdriver. 48 k) Audible tone walk indications 49 34 41 10 - 35 TRAFFIC SIGNALS Page 35 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (1) Consisting of ticks repeating at 8 to 10 times per second at multiple 1 frequencies with a dominant component at 880 Hz ± 20%. 2 (2) It must provide an audible walk indication during the walk interval 3 only. 4 (3) The audible walk indication must be from the beginning of the 5 associated pedestrian walk phase and must have the same duration 6 as the pedestrian walk signal except it must be possible to limit the 7 accessible walk indication to the first 7 seconds of the walk 8 interval when the pedestrian signal rests in walk. 9 (4) When the accessible walk indication is limited during rest in walk 10 a button press during the walk interval must recall the walk 11 interval provided the crossing time remaining is greater than the 12 pedestrian change interval. 13 12) Operational Features of system 14 a) Sound verification 15 (1) A sound verification feature shall be employed in the APS button 16 to prevent incorrect or erroneous sound direction indications from 17 reaching pedestrians. 18 (2) The sound verification system shall provide independent 19 monitoring of the sounds and pedestrian signals and independent 20 control over the release of the sound to the pedestrian. 21 (3) The APS button internal program shall compare the digital sound 22 to be played directly with pedestrian signals monitored by the push 23 button station. 24 (4) This shall be accomplished by a separate microcontroller chip 25 located directly in each button station. 26 b) Distributed Intelligence 27 (1) The APS button stations shall operate independently and not 28 require a central control point for normal button operation. 29 (2) Button to button communication shall use existing field wiring. 30 (3) The APS button stations shall not use wireless (over air) 31 communications for any communication requirement between 32 buttons. 33 (4) If the APS features fail in one pushbutton station the button will 34 still operate as a button and the other station will operate as 35 normal. 36 c) Sounds 37 (1) The APS button station shall be capable of emitting sound cues 38 and voice messages during the Walk, Pedestrian Clearance, Don’t 39 Walk, Short and Long button presses, and on demand Train, 40 Emergency or Alerts requests. 41 (2) The APS button shall provide a playlist for combing up to four 42 sound cues or messages. The APS button shall provide a minimum 43 of eight walk sounds, four button press sounds, two pedestrian 44 clearance sounds, and one don’t walk sound. 45 d) Crossing sounds concurrent or alternating 46 34 41 10 - 36 TRAFFIC SIGNALS Page 36 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (1) When buttons are used at each end of a crosswalk, the audible 1 “Walk” and/or “Flash Don’t Walk” (Pedestrian Clearance) 2 messages shall be agency configurable to emit tones that are 3 concurrent or alternating (when one is emitting a tone the other is 4 silent), for the full duration of the associated signal. 5 (2) The concurrent/alternating mode shall be available on both the 6 button and overhead beacon speakers and separately settable to 7 commence with the Walk signal, Pedestrian Clearance signal or 8 both. The concurrent or alternating sounds shall be adjustable on-9 site with the programming device. 10 e) Audible beaconing sound during Walk 11 (1) The button shall provide several optional sounds for beaconing 12 including custom sounds/messages. This sound shall be 13 configurable to play through a push button speaker and/or optional 14 overhead speaker. 15 (2) The button shall provide smart detection logic to provide a way-16 finding sound “on-demand”. This includes a short button press to 17 only activate the button Walk sound/message and a long button 18 press to play the walk and/or pedestrian clear sound/message 19 through the button AND overhead beacon speaker. 20 f) Ambient noise compensation 21 (1) A microphone shall be integrated at the button station to 22 automatically adjust the volume levels to compensate for the 23 ambient noise. Ambient noise shall be sampled prior to each sound 24 play. 25 g) Sound playback and sound pressure level settings 26 (1) Configuration for each sound shall be independently settable as 27 follows: 28 (a) Minimum sound level settable from 50dB to 110dB in 1dB 29 increments 30 (b) Maximum sound level settable from 50dB to 110dB in 1dB 31 increments 32 (c) Gain (above ambient) level settable from 0dB to 20dB in 1dB 33 increments 34 (d) Period (repetition rate) settable from 0.1sec to 999sec in 0.1sec 35 increments 36 (e) Playback speaker settable as; Button, Overhead (Beacon) or 37 both 38 (f) Duration of sound settable from 0sec to 999sec in 1sec 39 increments with default = 0 for maximum duration 40 (2) All sound level adjustments shall be presented in decibels (dB) and 41 settable in increments of 1dB. Separate sound level settings, as 42 above, shall be provided for short and long button press. 43 h) Rest in walk application 44 (1) Fixed walk sound time – no re-service until next walk signal 45 (a) During the Walk signal, if the Walk sound has completed due 46 to a fixed Duration setting, if no Pedestrian Clearance sound is 47 programmed the Don’t Walk sound shall play by default. 48 (b) An APS button activation shall not replay the Walk sound after 49 the duration has passed while the Walk signal is still active. 50 34 41 10 - 37 TRAFFIC SIGNALS Page 37 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (c) The APS button shall remember the activation call and at the 1 beginning of the Pedestrian Clearance the APS button shall 2 cause a contact closure to the traffic controller pedestrian input 3 and subsequently play the walk sound at the beginning of the 4 next Walk signal. 5 (2) Fixed walk sound time – re-service on demand 6 (a) If a Pedestrian Clearance sound is programmed in the APS 7 Button, the Walk sound shall be re- serviceable within the 8 Walk Signal when activated. 9 (b) The Pedestrian Clearance sound is to ensure that there is a 10 continuity of sound for pedestrian wayfinding in the crossing 11 should the Walk sound play and be terminated abruptly from a 12 signal change. 13 i) Adjustable long button press timing 14 (1) Configurable timing shall be available for the button to define how 15 long the button must be pressed to request a “Walk” 16 sound/message, played in accordance with the “long push setting” 17 for the sound message. 18 (2) This indication is defined as a “long button press”. An 19 acknowledgement tone shall be emitted when a “long button press” 20 has been detected which is different from the short button press. 21 The acknowledgement tone shall be customizable and contain at 22 least five default choices. 23 j) Sound without button press 24 (1) Configuration shall be available on the button station to allow the 25 Walk sound and vibration to be activated at every Walk and 26 Pedestrian clearance signal without push button press requirement. 27 k) Signal malfunction monitoring 28 (1) The APS button station shall directly monitor the status of the 29 pedestrian signal and provide signal malfunction detection should 30 both walk and don’t walk signals either be steady OFF, ON. 31 (2) In the case of a detected malfunction, the sound and vibration 32 functions shall be disabled until the conflict is removed for more 33 than approximately 1 second and the APS is in the Don’t Walk 34 interval. 35 13) Special Features (Communications Interface Unit (CUI)) 36 a) Fault indication output to traffic controller 37 (1) The CIU shall monitor the health of each APS button and can be 38 programmed to provide a fault output to the traffic signal 39 controller. 40 (2) In the event of failure of an APS button or the CIU a contact 41 closure shall provide fault indication to the traffic signal controller. 42 b) Evening sound control 43 (1) The CIU shall support an “Evening Maximum” sound control 44 hardware input which can be connected to a traffic controller time 45 of day control output. 46 34 41 10 - 38 TRAFFIC SIGNALS Page 38 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (2) The Evening Maximum input, when active (must be settable as 1 voltage ‘present’ or ‘absent’), shall cause selected APS buttons to 2 use the Evening Maximum sound level setting for all sounds. This 3 control shall be independent for each sound on each button to 4 achieve optimal intersection sound levels. 5 (3) The APS button shall support a timeout for this input to guard 6 against a stuck condition should the CIU fail. 7 c) Sound inhibit control 8 (1) The CIU shall support an APS button “Inhibit” control hardware 9 input which can be connected to a traffic controller time of day 10 control output. 11 (2) The Inhibit input, when active (must be settable as voltage 12 ‘present’ or ‘absent’), shall cause the APS buttons to Inhibit Sound 13 for all button speakers. 14 (3) The APS button shall support a timeout for this input to guard 15 against a stuck condition should the CIU fail. 16 d) Special event sounds 17 (1) The CIU shall support a “Special Event” sound control hardware 18 input which can be connected to a traffic controller or external 19 device event or time of day control output. 20 (2) The Special Event input, when active (must be settable as voltage 21 ‘present’ or ‘absent’), shall cause selected APS buttons to use play 22 a Special Event sound playlist for that input. 23 (3) The CIU shall support configuration of up to 11 Special event type 24 inputs including at a minimum; 1-Train, 5-Emergency vehicle and 25 5-Alert messages. 26 e) Pre-timed intersection APS operation 27 (1) When APS buttons are installed at pre-timed (non-pedestrian 28 actuated) intersections they shall provide the same level of APS 29 service as if they were installed at a pedestrian actuated 30 intersection. An actuation at one APS button shall be transmitted to 31 the associated APS button on the same signal phase for proper 32 APS Button beaconing as may be required to assist pedestrians in 33 the crossing area. 34 (2) The CIU shall provide a minimum of four pedestrian request 35 outputs that can be connected to the traffic signal controller 36 pedestrian inputs. The CIU pedestrian request outputs shall be 37 configurable to mirror APS button actuations to a minimum of four 38 phases. 39 (3) The CIU pedestrian request outputs shall provide a solid-state pull 40 down to a TSC pedestrian input. 41 14) Product operating conditions 42 a) The APS button system shall be powered and operate from the existing 43 nominal 120 Vac pedestrian Don’t Walk and Walk signals only. 44 b) The APS button shall allow direct connection to the traffic signal 45 pedestrian isolator inputs. The APS system shall operating in 46 temperatures from -37 ºC to +74 ºC (-35ºF to +165 ºF). 47 15) Materials and fabrication 48 a) Audible Signals shall be supplied with all mounting hardware for pole 49 and signal head mounting. 50 34 41 10 - 39 TRAFFIC SIGNALS Page 39 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 b) The button station shall be die cast aluminum and shall be 1 weatherproof and vandal proof. The approximate dimensions are 2 336.55 x 127 x 88.9 mm or 13.25” x 5” x 3.5” (L x W x H). 3 c) The button station shall be designed to adapt to mounting on a support 4 structure without compromising the mechanical stability and the 5 environmental protection. 6 d) The Tactile Arrow shall be integrated into the button station housing. 7 e) Security screws shall be incorporated in key areas to discourage 8 tampering or unauthorized access. 9 f) Existing signage shall be used or sign and mounting bracket supplied 10 as follows. 5x7-3/4 sign with integrated sign holder 11 g) 9x12 sign with sign adapter 9x15 sign with sign adapter 12 16) Coating 13 a) The button station body shall be powder coated customers requested 14 color. 15 b) The button plunger shall be powder coated silver. 16 c) The Tactile arrow shall be E-coated black with clear top coat. 17 17) Programming requirements 18 a) The APS System shall allow pre-configuration or onsite configuration 19 of the APS attributes. The APS button can be ordered with a built in 20 configuration to the MUTCD 2009 standards for pedestrian poles that 21 are 10 feet or more apart and allow setup through a simple button press 22 method without need of a programming device. 23 b) Programming device and/or software application shall be available for 24 configuration of all components of the APS system. The programming 25 device shall be compatible with Microsoft Windows 8.1, 7, Vista, XP. 26 c) The programmer shall allow wired and wireless programming of the 27 APS button and system components. It shall be possible to program 28 one or more APS buttons from any APS button at the intersection. 29 d) It shall be possible to program all push buttons from the CIU at the 30 traffic signal controller. 31 e) Wireless programming shall allow remote programming of the APS 32 button system within 150 feet (50m) of the traffic cabinet. 33 f) The programming device shall allow programming of APS button 34 under wired and wireless conditions for; configuration, custom sounds, 35 firmware, HW profiles and CIU programming. 36 g) The programming device shall allow storage of an unlimited number of 37 custom templates and intersection profiles (within the storage 38 capability of the PC). 39 h) IP based connection to the APS Button system for remote 40 programming and management shall be available. 41 18) Automatic volume adjustment in response to ambient traffic sound level 42 provided up to a maximum volume of 100 dBA. 43 19) Tone or voice volume measured at 3 ft. from the pushbutton station shall 44 be 2 dB minimum and 5 dB maximum above ambient noise level and shall 45 be responsive to ambient noise level changes. 46 20) The pushbutton must be Americans with Disabilities Act compliant and 47 activate both the walk interval and accessible pedestrian signal. 48 21) Actuation indicator-tone and pedestrian acknowledge light. The light shall 49 remain on until the next walk cycle has started. 50 34 41 10 - 40 TRAFFIC SIGNALS Page 40 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 22) Extended button press which can be used to request a louder WALK signal 1 and locator tone for subsequent clearance interval. 2 23) Internal speaker 3 a) Weather-resistant speaker protected by a vandal resistant screen. 4 b) Nominal 15w speaker that shall provide audible feedback in the form 5 of various signaling sounds 6 c) The button housing shall provide speaker ports to direct the sound in 7 front and behind the button station in line with the button sign face. 8 d) The APS button shall provide for the installation of speaker baffles to 9 block sound from the front or back as may be required for special 10 applications. 11 24) Pedestrian Button Feedback 12 a) Have a functional pushbutton that activates the pedestrian walk signal 13 whenever actuated, even if the audible speech walk message, the 14 pushbutton information message, the pushbutton locator tone, and the 15 vibrating surface features are disabled. 16 b) Have a pushbutton that when actuated activates the pedestrian walk 17 signal's timing during an APS attribute failure. 18 25) Power Interface Module (PIM) 19 a) A PIM shall be used to provide a low power interface to the APS 20 button station (nominal 12-15 VDC). 21 b) The PIM shall be installed in the Pedestrian Signal head or in an 22 electrical box as required. The PIM shall be UL approved and bear 23 necessary markings. 24 c) The PIM shall meet NEMA TS2-2003 (or latest release) 25 Environmental and Electrical requirements. 26 26) Overhead Beaconing Capability 27 a) The APS button station shall have the option of driving an external 28 overhead (pedestrian signal or pole mounted) speaker with independent 29 audio amplifier and audio controls. 30 b) This may be used where: 31 (1) Crosswalks are longer than 70 feet (22m), unless they are divided 32 by a median that has another accessible pedestrian signal with a 33 locator tone; 34 (2) Crosswalks that are skewed; 35 (3) Intersections with irregular geometry, such as more than four legs; 36 (4) Crosswalks where audible beaconing is requested by an individual 37 with visual disabilities; or 38 (5) Other locations where a study indicates audible beaconing would 39 be beneficial. 40 c) The overhead beaconing is used to assist pedestrians with orientation 41 in the crossing area. Overhead beacons have been shown to improve 42 directional information and safety for visually impaired and sighted 43 pedestrians. NCHRP Document 117A: Accessible Pedestrian Signals: 44 A Guide to Best Practices. 45 27) Capable of operating at, as a minimum, up to 1000 ft (AWG #12) cable run 46 from signal cabinet. 47 28) Pushbutton station and Central control unit shall be rated for the following 48 temperature range: 49 a) Pushbutton station: -30°F to +155°F. 50 34 41 10 - 41 TRAFFIC SIGNALS Page 41 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 b) Central Control Unit: -30°F to +165°F 1 29) APS units shall be operationally compatible with TS1, TS2, 170 and 2070 2 controllers and cabinet assemblies, currently used by the City and any other 3 Texas government entities. 4 30) Unless specified otherwise in the plans, supply a central control unit (CCU) 5 for the pushbutton stations that resides in the Traffic Signal Controller 6 Cabinet. 7 a) Provide a CCU capable of controlling up to 4 pedestrian phases and 12 8 Pushbutton stations. 9 b) Ensure that all inputs and outputs on the CCU have Transient Voltage 10 Protection. 11 31) If plans specify that the APS will require no additional space or wiring in 12 the cabinet, provide one control unit per push button station capable of 13 mounting in the pedestrian signal housing. 14 32) If a special device or software is required to configure the APS operation, 15 provide a minimum of one device or copy of software per signal cabinet 16 along with any required connectors, unless required otherwise by the plans. 17 33) Provide any wiring harnesses, connectors, interface cables, terminal blocks, 18 etc. required for connecting the pushbutton station or CCU to the traffic 19 signal controller assembly and making the Pushbutton stations operational. 20 5. Radar Detection Equipment and Cable 21 a. Radar presence detection 22 1) The product bid shall be the SmartSensor Matrix™ by Wavetronix, or 23 approved equivalent, and shall meet the following specifications. 24 2) General 25 a) Sensor Outputs 26 (1) Radar detector shall transmit real-time presence data from up to 10 27 lanes, depending on mounting location and lane widths. 28 (2) The radar detector shall support a minimum of eight detection 29 zones. 30 (3) The radar detector shall support a minimum of eight detector 31 channel outputs and have user-selectable channel assignments. 32 (4) The radar detector shall use ’OR’ or ‘AND’ logic gates to map a 33 single zone to multiple channel outputs, and shall have channel 34 output extend and delay functionality. 35 (5) The radar detector algorithms shall mitigate detections from 36 wrong-way or cross traffic. 37 (6) The radar detector system shall have fail-safe mode capabilities for 38 contact closure outputs if communication is lost. Contact closure 39 will occur on all programmed detector channels associated with the 40 interface module when the failsafe is triggered and will remain in 41 this state until communication is re-established between the 42 interface module and the radar vehicle sensor. 43 b) Detectable Area 44 (1) The radar detector shall be able to detect and report presence in 45 lanes with boundaries as close as 6 feet from the base of the pole 46 on which the detector is mounted. The detector shall be able to 47 detect and report presence in lanes located within the 140 feet arc 48 from the base of the pole on which the RPD is mounted. 49 34 41 10 - 42 TRAFFIC SIGNALS Page 42 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (2) The detector shall be able to detect and report presence for vehicles 1 within a 90 degree field of view. 2 (3) The detector shall be able to detect and report presence in up to 10 3 lanes. 4 (4) The detector shall be able to detect and report presence in curved 5 lanes and areas with islands and medians. 6 c) System Hardware 7 (1) Preassembled back plate 8 (a) Each detector shall have a traffic cabinet preassembled back 9 plate with the following: 10 • AC/DC power conversion 11 • Surge protection (Lightning and surge protection will be 12 provided for power connections and communications 13 links to the radar RVDS meeting or exceeding EN 14 61000-4-5 class specifications.) 15 • Terminal blocks for cable landing 16 • Communication connection points 17 (b) The preassembled back plate for the detector shall be a cabinet 18 side mount or rack mount. 19 (2) Contact Closure Input File Cards 20 (a) The detector shall use contact closure input file cards with 2 or 21 4 channel capabilities. 22 (b) The contact closure input file cards for the detector shall be 23 compatible with industry standard detector racks. 24 (3) Radar design 25 (a) Frequency Stability 26 • The circuitry shall be void of any manual tuning 27 elements that could lead to human error and degraded 28 performance over time. 29 • All transmit modulated signals shall be generated by 30 means of digital circuitry, such as a direct digital 31 synthesizer, that is referenced to a frequency source that 32 is at least 50 parts per million (ppm) stable over the 33 specified temperature range, and ages less than 6 ppm 34 per year. 35 • Any upconversion of a digitally generated modulated 36 signal shall preserve the phase stability and frequency 37 stability inherent in the digitally generated signal. 38 • The detector shall not rely on temperature compensation 39 circuitry to maintain transmit frequency stability. 40 • The bandwidth of the transmit signal of the detector 41 shall not vary by more than 1% under all specified 42 operating conditions and over the expected life of the 43 detector. 44 (b) Antenna Design 45 • The detector antennas shall be designed on printed 46 circuit boards. 47 • The vertical beam width of the detector at the 6dB points 48 of the two-way pattern shall be 65 degrees or greater. 49 34 41 10 - 43 TRAFFIC SIGNALS Page 43 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 • The antennas shall cover a 90 degree horizontal field of 1 view. 2 • The sidelobes in the RPD two-way antenna pattern shall 3 be -40dB or less. 4 (c) The detector shall transmit a signal with a bandwidth of at least 5 245 MHz, which provides for a resolution of 2 feet. 6 (d) The detector shall provide at least 8 RF channels so that 7 multiple units can be mounted in the same vicinity without 8 causing interference between them. 9 (e) The detector shall have a self-test that is used to verify correct 10 hardware functionality. 11 (f) The detector shall have a diagnostics mode to verify correct 12 system functionality. 13 (4) Physical Properties 14 (a) The detector shall not exceed 4.2 pounds in weight. 15 (b) The detector shall not exceed 13.2 in. by 10.6 in. by 3.3 in. 16 (33.5 cm x 26.9 cm x 8.4 cm) in its physical dimensions. 17 (c) All external parts of the detector shall be ultraviolet-resistant, 18 corrosion-resistant, and protected from fungus growth and 19 moisture deterioration. 20 (d) Enclosure 21 • The detector shall be enclosed in a Lexan, Makrolon, or 22 other approved polycarbonate material. 23 • The enclosure shall be classified “f1” outdoor 24 weatherability in accordance with UL 746C. 25 • The detector shall be classified as watertight according 26 to the NEMA 250 Standard. 27 • The detector enclosure shall conform to test criteria set 28 forth in the NEMA 250 standard for type 4X enclosures. 29 • Test results shall be provided for each of the following 30 type 4X criteria: External Icing (NEMA 250 clause 5.6), 31 Hose-down (NEMA 250 clause 5.7), 4X Corrosion 32 Protection (NEMA 250 clause 5.10), Gasket (NEMA 33 250 clause 5.14). 34 • The detector shall be able to withstand a drop of up to 5 35 feet without compromising its functional and structural 36 integrity. 37 • The detector enclosure shall include a connector that 38 meets the MIL-C-26482 specification. 39 • The MIL-C-26482 connector shall provide contacts for 40 all data and power connections. 41 (e) Power 42 • The detector shall consume less than 10 W. 43 • The detector shall operate with a DC input between 9 44 VDC and 28 VDC. 45 (f) Communications Ports 46 • The detector shall have two communication ports, and 47 both ports shall communicate independently and 48 simultaneously. 49 34 41 10 - 44 TRAFFIC SIGNALS Page 44 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 • The detector shall support the upload of new firmware 1 into the detector’s non-volatile memory over either 2 communication port. 3 • The detector shall support the user configuration of the 4 following: Response delay and Push port. 5 • The communication ports shall support at least a 9600 6 bps baud rate. 7 b. Radar advanced detection 8 1) The product bid shall be the SmartSensor Advance™ by Wavetronix, or 9 approved equivalent, and shall meet the following specifications. 10 2) General 11 a) All materials furnished, assembled, fabricated, or installed under this 12 Item will be new, corrosion resistant, and in strict accordance with the 13 details shown on the plans and in this Special Specification. 14 b) The detector will be non-intrusive, easy to install, remotely accessible, 15 and provide multiple connectivity options for easy integration into 16 legacy systems. 17 (1) The detector will have a method for automatically calibrating the 18 detection device; this method will be executed in the detector’s 19 internal processor. This auto-calibration method will automatically 20 determine detection thresholds. 21 c) Sensor Performance 22 (1) The detector will accurately and continuously detect Estimated 23 Time of Arrival (ETA), speed, and range data for vehicles, or 24 clusters of vehicles simultaneously moving within 100 feet to 500 25 feet from the sensor in the selected direction of travel. 26 (2) The detector will be mounted in a forward-fire position, looking 27 into either approaching or departing traffic for the selected 28 direction of travel. 29 (3) The detector will filter the ETA data, speed data, and range data 30 based upon minimum and maximum constraints to produce alerts, 31 customizable for safe and efficient dilemma zone protection, 32 congestion management, and other operational goals. 33 (4) The detector will maintain accurate performance in all weather 34 conditions, including rain, freezing rain, snow, wind, dust, fog, and 35 changes in temperatures and light. 36 (5) The device will not rely on temperature compensation circuitry and 37 will be capable of continuous operation over and ambient 38 temperature range from -40° C to 75° C, and a relative humidity 39 range from five percent to 95 percent (non-condensing). 40 (6) Detector operation will continue in rain or snow up to 10 cm per 41 hour, and the device will not experience degraded performance 42 when encased in 1/2 inch of ice. 43 (7) Speed data will be accurate for individual vehicle measurement 44 when there are no adjacent vehicles traveling in the same direction. 45 (a) Eighty-five percent of all measurements will be within 5 mph 46 of truth when vehicles are not changing speed. 47 34 41 10 - 45 TRAFFIC SIGNALS Page 45 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (b) Speed accuracy will be verified with radar gun, by video speed 1 trap using the frame rate as a time reference, or equivalent 2 method. 3 (8) Range data will be accurate for individual vehicle measurement 4 when there are no adjacent vehicles traveling in the same direction. 5 (a) Eighty-five percent of all measurements will be within ten feet 6 of the distributed length of the vehicle when vehicles are not 7 changing speed. Range accuracy will be verified with: LIDAR 8 gun, by video using visual markers as a distance reference and 9 frame rate as a time reference, or equivalent method. 10 (9) ETA data will be accurate for individual vehicle measurements 11 when there are no adjacent vehicles traveling in the same direction. 12 (a) ETA is the estimated time of arrival as calculated by dividing 13 the vehicles range from the stop bar by the speed of the 14 vehicle. 15 (b) ETA is calculated for purposes of safely and efficiently 16 protecting vehicles within the decision dilemma zone, which is 17 nominally defined to exist for motorists with an ETA between 18 2.5 and 5.5 seconds from the stop bar who are driving faster 19 than 35 mph when the light turns yellow. 20 (c) Eighty-five percent of all measurements will be within one 21 second of truth for all vehicles not changing speed within the 22 decision dilemma zone. 23 (d) ETA accuracy will be verified with: LIDAR gun, or by video 24 using visual markers as a distance reference and frame rate as a 25 time reference. 26 d) Lightning surge protection that meets or exceeds the EN 61000-4-5 27 Class 4 specifications will be installed no farther than 40 feet along the 28 detector cable from the detector unit. To ensure the continued 29 operation of the detector in the presence of electrical surges, all 30 connections to the detector will be protected, including power, RS-232, 31 RS-485 communication lines and ground. 32 e) Communication 33 (1) The detector will provide two or more communication ports that 34 can be accessed simultaneously using any detector-supported 35 protocol. 36 (2) This will enable multiple operators to collect data from the detector 37 at the same time without interrupting or interfering with each 38 other. 39 (3) The detector will provide RS-232 and RS-485 serial 40 communication ports; each communication port will support all of 41 the following baud rates: 9600, 19200, 38400, 57600 and 115200. 42 (4) The RS-232 port will be full-duplex and will support true 43 RTS/CTS hardware handshaking for interfacing to various 44 communication devices. 45 f) Power 46 (1) The detector will consume less than 10 watts with a DC input 47 between 12 VDC and 28 VDC. 48 34 41 10 - 46 TRAFFIC SIGNALS Page 46 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (2) The equipment will be designed such that the failures of the 1 equipment will not cause the failure of any other unit of 2 equipment. 3 (3) Automatic recovery from power failure will be within 15 seconds 4 after resumption of power. 5 g) Windows® and PocketPC® -based Software 6 (1) The detector will also include graphical user interface software that 7 displays all configured zones and provides visual representation of 8 all detected vehicle clusters. The detected range, speed, arrival 9 time, and identification number will be viewable on the visual 10 representation of all detected vehicle clusters. The graphical 11 interface will operate on Windows 98, Windows 2000, Windows 12 NT 4.0, Windows XP Pro and Windows PocketPCs equivalent to 13 the Dell Axim X50v. The software will automatically select the 14 correct baud rate. 15 (2) The graphical user interface will also display all configured alerts 16 and provide visual representation of their actuation. The operator 17 will have the ability to configure alerts using minimum and 18 maximum constraints on the detected ETA, speed, and range of 19 vehicles. 20 (3) The operator will have the ability to save the configuration 21 information to a file, or reload the detector configuration from a 22 file, using the graphical user interface software. Using the 23 installation software, the operator will be able to easily change the 24 baud rate on the sensor by selecting baud rates from a drop-down 25 list, as well as add response delays for the communication ports. 26 Additionally, the operator will have the ability to switch between 27 data pushing and data polling, and change the detector’s settings 28 for Flow Control from none to RTS/CTS and vice versa. 29 (4) The operator will be able to upload new firmware into the 30 detector’s non-volatile memory over any supported communication 31 channel. 32 h) RF Design 33 (1) All microwave circuitry within the detector will be designed 34 utilizing active control that dynamically adjusts to compensate for 35 temperature and age variations in component performance. This 36 eliminates most opportunities for human error or age degradation 37 in circuits that contribute to product performance. The circuitry 38 will be void of any manual tuning elements that could lead to 39 human error and degraded performance over time. 40 (2) All transmit modulated signals will be generated by means of 41 digital circuitry, such as a direct digital synthesizer, that is 42 referenced to a frequency source that is at least 50 ppm stable over 43 the specified temperature range, and ages less than six ppm per 44 year. Any up-conversion of a digitally generated modulated signal 45 will preserve the phase stability and frequency stability inherent in 46 the digitally generated signal. These specifications ensure that 47 during operation the detector strictly conforms to FCC 48 requirements and that the radar signal quality is maintained for 49 precise algorithmic quality. 50 34 41 10 - 47 TRAFFIC SIGNALS Page 47 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (3) The detector antennae will be designed on printed circuit boards, 1 eliminating the need for RF connectors and cabling that result in 2 decreased reliability. Printed circuit antennae are less prone to 3 physical damage due to their extremely low mass. 4 (4) The antennae parameters will meet the following criterion to 5 ensure quality performance: 6 (a) 3 dB Elevation Beam Width: > 65 degrees 7 (b) 3 dB Azimuth Beam Width: < 15 degrees 8 (c) Side Lobes: < -20 dB 9 i) Enclosure 10 (1) The detector will be enclosed in a Lexan polycarbonate, ultraviolet 11 resistant material and will be classified as watertight according to 12 the NEMA 250 Standard. The enclosure will be classified "f1" 13 outdoor weatherability in accordance with UL 746C. 14 (2) The detector will be able to withstand a drop of up to 5 feet 15 without compromising its functional and structural integrity. 16 j) Input file cards 17 (1) The detector manufacturer will provide an optional input file card 18 compatible with 170, 2070, NEMA TS1 and NEMA TS2 input file 19 racks. The input file card will translate per vehicle data packets or 20 actuation packets from the detector into corresponding contact 21 closure outputs. Operators will be able to assign any contact 22 closure output channel to any configured alert. These settings will 23 be saved in non-volatile memory on the input file card for 24 complete recovery in case of power failure. 25 (2) The input file card will support Dual Loop (Speed Trap) 26 emulation, as well as the following modes of operation: 27 (a) Actuation (true presence filtered by conditional alert 28 constraints output in real time with 2.5 ms resolution) 29 (b) Pulse (a single 125 ms output pulse for each vehicle) 30 (c) Presence (an output pulse corresponding to the duration of 31 each vehicle cluster in the detection zone with a resolution of 32 2.5 ms) 33 (d) Single Loop Speed (duration of the pulse corresponds directly 34 to the speed of the vehicle, speed (mph) = 13.64/duration in 35 seconds) 36 (3) The input file card will receive data packets over an RS-485 bus at 37 any of the following baud rates: 9600, 19200, 38400, 57600 and 38 115200. Also, the input file card will auto-baud and auto-detect a 39 detector over wired and wireless communication channels that 40 have a maximum latency of 500 ms. 41 (4) The input file card will comply with the NEMA TS2-1998 Traffic 42 Controller Assemblies with NTCIP Requirements, Section 2.8 43 specification. Documentation and results of the NEMA TS2-1998 44 test will be provided. 45 (5) The input file card will also provide failsafe operation, so that in 46 the event of failure of communication from the sensor, a constant 47 call will be placed on all contact closure channels. 48 34 41 10 - 48 TRAFFIC SIGNALS Page 48 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (6) The input file card will comply with the EN 61000-4-5 Class 4 1 lightning surge protection test specification. Documentation and 2 results of the EN 61000-4-5 Class 4 test will be provided. 3 k) FCC 4 (1) Each detector will be Federal Communications Commission (FCC) 5 certified under CFR 47, Part 15, section 15.245 as a field 6 disturbance sensor, or section 15.249 as an intentional radiator. 7 This certification will be displayed on an external label on each 8 device according to the rules set out by the FCC. 9 (2) The detector will transmit in the 10.50 – 10.55 GHz or 24.00 – 10 24.25 GHZ frequency band and will meet the power transmission 11 requirements specified under sections 15.245 and 15.249 of CFR 12 47. 13 (3) The manufacturer will provide documentation proving compliance 14 to all FCC specifications. 15 c. Radar Detection Cable 16 1) The cable end connector shall meet the MIL-C-26482 specification and 17 shall be designed to interface with the appropriate MIL-C-26482 18 connector. 19 2) The connector back shell shall be an environmentally sealed shell that 20 offers excellent immersion capability. 21 3) All conductors that interface with the connector shall be encased in a single 22 jacket, and the outer diameter (O.D.) of this jacket shall be within the back 23 shell’s cable O.D. range to ensure proper sealing. 24 4) The back shell shall have a strain relief with enough strength to support the 25 cable slack under extreme weather conditions. 26 5) The cable shall conform to the following specifications: 27 6) The RS-485 conductors shall be a twisted pair. 28 7) The RS-485 conductors shall have nominal capacitance conductor to 29 conductor of less than 71pF/Ft at 1 KHz. 30 8) The RS-485 conductors shall have nominal conductor DC resistance of less 31 than 16.5 ohms/ (304.8 m) at 68°F (20°C). 32 9) The power conductors shall be one twisted pair with nominal conductor 33 DC resistance of less than 11.5 ohms/ (304.8 m) at 68°F (20°C). 34 10) Each wire bundle or the entire cable shall be shielded with an 35 aluminum/mylar shield with a drain wire. 36 11) The wire shall be a single continuous home-run cable with no splices 37 allowed and terminated only in the junction box provided by the 38 manufacturer and in the traffic signal cabinet at the other end. 39 12) The cable O.D. shall not exceed 0.4 inches. 40 13) The cable length shall not exceed 2000 feet for the operational baud rate of 41 RS-485 communications (9.6 Kbps). 42 14) If 12 VDC is being supplied for the detector then the cable length shall not 43 exceed 90 feet. 44 15) If 24 VDC is being supplied for the detector then the cable length shall not 45 exceed 500 feet. 46 16) Both communication and power conductors can be bundled together in the 47 same cable as long as the above-mentioned conditions are met. 48 6. Hybrid Vehicle Detection System and Cable 49 34 41 10 - 49 TRAFFIC SIGNALS Page 49 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a. The product bid shall be the Iteris Vantage Vector Hybrid™ system, or 1 approved equivalent, and shall meet the following specifications. 2 b. The multi-sensor system shall utilize two different sensors of different 3 technologies, video imaging and radar, to detect and track licensed and 4 unlicensed vehicles at distances up to 600 feet. 5 c. The sensor system shall fuse vehicle information from the two sensors to 6 provide highly accurate and precise detection for special or advanced 7 applications. 8 d. The multi-sensor system shall use a primary detector rack mounted processor 9 to interface with the traffic control cabinet. The module shall process 10 information from both video imaging and radar sensors simultaneously in real-11 time. 12 e. System configurations 13 1) The multi-sensor detection system (MSDS) shall consist of up to two video 14 cameras and radar units, detection processors (DP) capable of processing 15 from one to two intersection approaches, output extension modules, surge 16 suppressors, a setup tool and a pointing device. 17 2) Available system configurations 18 a) The MSDS will be deployed at locations where site conditions and 19 roadway geometry vary. The MSDS system may also be deployed at 20 locations where existing cabinets or equipment exist. Existing site 21 configurations will dictate the availability of cabinet space and MSDS 22 usage. 23 b) The proposed MSDS shall be available in various configurations to 24 allow maximum deployment flexibility. Each configuration shall have 25 an identical user interface for system setup and configuration. The 26 communications protocol to each configuration shall be identical and 27 shall be hardware platform independent. The proposed MSDS shall 28 have multiple configurations available for deployment as described in 29 Table 1. 30 31 32 33 34 Table 1. MSDS Configuration 35 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 36 f. System software 37 34 41 10 - 50 TRAFFIC SIGNALS Page 50 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) The system shall include software that detects vehicles in multiple lanes. 1 Video imaging detection zones shall be defined using only an on-board 2 video menu and a pointing device to place the zones on a video image. Up 3 to 24 video detection zones per camera view shall be available. Two 4 additional trigger zones for the radar sensor shall be available and be 5 configurable by using the same system setup menu on the DP. A separate 6 computer shall not be required to program the detection zones. A portable 7 setup tool shall be available for sensor alignment and adjustment of 8 camera’s field of view and focus. 9 g. Materials 10 1) Multi-Sensor Detection System Hardware 11 a) The MSDS hardware shall consist of the following four elements: 12 (1) Video imaging camera sensor 13 (2) Radar sensor 14 (3) Sensor data combiner 15 (4) Detection processor 16 b) The MSDS shall be made in the U.S.A. in compliance with FTA “Buy 17 America” regulations. 18 2) Video Imaging Camera Sensor 19 a) To accommodate deployment flexibility, the MSDS camera sensor 20 shall be compatible will all DP platforms identified in Table 1. The 21 MSDS camera sensor shall be supplied by the MSDS manufacturer. 22 b) The advanced camera enclosure shall utilize Indium Tin Oxide (ITO) 23 technology for the heating element of the front glass. The transparent 24 coating shall not impact the visual acuity and shall be optically clear. 25 c) Cable terminations at the data combiner for video and power shall not 26 require crimping or special tools. 27 d) The camera sensor shall allow the user to set the focus and field of 28 view via Wi-Fi connectivity. 29 e) The camera shall produce a useable video image of the bodies of 30 vehicles under all roadway lighting conditions, regardless of time of 31 day. The minimum range of scene luminance over which the camera 32 shall produce a useable video image shall be the minimum range from 33 nighttime to daytime, but not less than the range 1.0 lux to 10,000 lux. 34 f) The camera electronics shall include automatic gain control (AGC) to 35 produce a satisfactory image at night. 36 g) The imager luminance signal to noise ratio (S/N) shall be more than 50 37 dB with the automatic gain control (AGC) disabled. 38 h) The imager shall employ three dimensional dynamic noise reduction 39 (3D-DNR) to remove unwanted image noise. 40 i) The camera imager shall employ wide dynamic range (WDR) 41 technology to compensate for wide dynamic outdoor lighting 42 conditions. The dynamic range shall be greater than 100 dB. 43 j) The camera shall be digital signal processor (DSP) based and shall use 44 a CCD sensing element and shall output color video with resolution of 45 not less than 550 TV lines. 46 k) The camera sensor shall include an electronic shutter control based 47 upon average scene luminance and shall be equipped with an auto-iris 48 lens that operates in tandem with the electronic shutter. The electronic 49 shutter shall operate between the ranges of 1/1 to 1/10,000th second. 50 34 41 10 - 51 TRAFFIC SIGNALS Page 51 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 l) The camera sensor shall utilize automatic white balance. 1 m) The camera sensor shall include a variable focal length lens with 2 variable focus that can be adjusted, without opening up the camera 3 housing, to suit the site geometry by means of a portable interface 4 device designed for that purpose and manufactured by the detection 5 system supplier. 6 n) The horizontal field of view shall be adjustable from 4.6 to 53.6 7 degrees. This camera configuration may be used for the majority of 8 detection approaches in order to minimize the setup time and spares 9 required by the user. The lens shall be a 12x zoom lens with a focal 10 length of 3.7mm to 44.0mm. 11 o) The lens shall also have an auto-focus feature with a manual override 12 to facilitate ease of setup. 13 p) The camera shall incorporate the use of preset positioning that store 14 zoom and focus positioning information. The camera shall have the 15 capability to recall the previously stored preset upon application of 16 power. 17 q) The camera shall be housed in a weather-tight sealed enclosure 18 conforming to IP-67 specifications. The housing shall allow the camera 19 to be rotated to allow proper alignment between the camera and the 20 traveled road surface. 21 r) The camera enclosure shall be equipped with a sunshield. The 22 sunshield shall include a provision for water diversion to prevent water 23 from flowing in the camera's field of view. 24 s) The camera enclosure shall be design so that the pan, tilt and rotation 25 of the camera assembly can be accomplished independently without 26 affecting the other settings. 27 t) The camera enclosure shall include a proportionally controlled Indium 28 Tin Oxide heater design that maximizes heat transfer to the lens. The 29 output power of the heater shall vary with temperature, to assure 30 proper operation of the lens functions at low temperatures and prevent 31 moisture condensation on the optical faceplate of the enclosure. 32 u) The glass face on the front of the enclosure shall have an anti-reflective 33 coating to minimize light and image reflections. 34 v) When mounted outdoors in the enclosure, the camera shall operate in a 35 temperature range from -34 °C to +74 °C and a humidity range from 36 0% RH to 100% RH. Measurement of satisfactory video shall be 37 based upon DP system operation. 38 w) The camera sensor shall acquire its power from the sensor data 39 combiner. 40 x) Recommended camera placement height shall be 18-33 feet (or 6-10 41 meters) above the roadway, and over the traveled way on which 42 vehicles are to be detected. For optimum detection the camera should 43 be centered above the traveled roadway. The camera shall view 44 approaching vehicles at a distance not to exceed 350 feet for reliable 45 detection (height to distance ratio of 10:100). Camera placement and 46 field of view (FOV) shall be unobstructed and as noted in the 47 installation documentation provided by the supplier. 48 y) The video signal shall be fully isolated from the camera enclosure and 49 power cabling 50 34 41 10 - 52 TRAFFIC SIGNALS Page 52 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 z) A weather-proof protective cover shall be provided to protect all 1 terminations at the camera. 2 3) Radar Sensor 3 a) The radar sensor shall operate in the 24 GHz frequency band and shall 4 operate on 1 of 7 available enumerated channels that is user selectable. 5 b) The radar detection range shall be 600 feet minimum, +/- 5%. 6 c) The radar sensor shall be able to track up to 20 independent objects 7 simultaneously. 8 d) Object speed detection shall be within a range of 0 to 150 miles per 9 hour +/- 1.0 miles per hour. 10 e) The radar sensor shall be able to detect vehicles in 1 to 4 traffic lanes. 11 f) The radar sensor shall be housed in a weather-tight sealed enclosure 12 conforming to IP-67 specifications. The housing shall allow the radar 13 to be adjusted to allow proper alignment between the sensor and the 14 traveled road surface. 15 g) When mounted outdoors in the enclosure, the radar shall operate in a 16 temperature range from -34 °C to +74 °C and a humidity range from 17 0% RH to 100% RH. 18 h) The radar sensor shall communicate with the sensor data combiner. 19 i) The radar sensor shall acquire its power from the sensor data combiner. 20 4) Multi-Sensor Assembly 21 a) Both camera and radar sensors shall be housed in an overall, single 22 enclosure assembly. 23 b) The overall size of the multi-sensor enclosure shall not exceed 14 24 inches x 15 inches x 17 inches. 25 c) The overall weight of the multi-sensor unit shall not exceed 11 pounds. 26 d) The effective projected area (EPA) shall not exceed 2.0 square feet. 27 e) The maximum power consumption for the multi-sensor assembly shall 28 be less than 10 watts typical, 20 watts peak. 29 5) Sensor Data Combiner 30 a) A sensor data combiner that combines sensor information from both 31 video and radar sensors shall be employed. 32 b) The sensor data combiner shall supply primary power to each sensor 33 unit. 34 c) The sensor data combiner shall facilitate digital communications 35 between the sensor data combiner and each of the sensor units. 36 d) The sensor data combiner shall get its primary power from an AC 37 power source using industry standard 3-conductor cabling. 38 e) The sensor data combiner shall communicate with the detection 39 processor using a single coax cable. Both video imaging and radar 40 data shall use the single coax cable. 41 f) The sensor data combiner shall also employ industry standard Wi-Fi 42 connectivity for remote sensor system setup using a mobile 43 programming device such as a netbook or tablet computer. Video 44 camera and radar sensor shall be able to be configured independently. 45 g) The sensor data signal shall be fully isolated from the mechanical 46 enclosure and power cabling 47 h) Cable terminations at the sensor data combiner shall not require 48 crimping tools. 49 34 41 10 - 53 TRAFFIC SIGNALS Page 53 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 i) The sensor data combiner shall be housed in a weather-tight sealed 1 enclosure conforming to IP-67 specifications. 2 6) Detector Processor (DP) 3 a) Each sensor input shall accept RS170 (NTSC) or CCIR (PAL) signals 4 from an external video source. The interface connector shall be BNC 5 type and shall be located on the front of the processing unit. The 6 sensor input shall have the capability to be terminated into 75-ohms or 7 high impedance (Hi-Z) using dip switches or software control from the 8 user menu. The sensor input shall also facilitate the data from the 9 radar sensor. 10 b) A LED indicator shall be provided to indicate the presence of the 11 sensor signal. The LED shall illuminate upon valid sensor 12 synchronization and turn off when the presence of a valid sensor signal 13 is removed. 14 c) One video output shall be provided. The video output shall be RS170 15 or CCIR compliant and shall pass through the input video signal. 16 d) For multi-channel video input configurations, a momentary push-17 button shall be provided on the front panel to cycle through each input 18 video channel. In the absence of a valid sensor signal, the channel 19 shall be skipped and the next valid sensor signal shall be switched. 20 The real time video output shall have the capability to show text and 21 graphical overlays to aid in system setup. The overlays shall display 22 real-time actuation of detection zones upon vehicle detection or 23 presence. Overlays shall be able to be turned off by the user. Control 24 of the overlays and sensor switching shall also be provided through the 25 serial communications port. The video output interface connector shall 26 be positive locking BNC type. Friction type (e.g. RCA type) 27 connectors shall not be allowed. 28 e) A serial communications port shall be provided on the front panel. The 29 serial port shall compliant with EIA232 electrical interfaces and shall 30 use a DB9 type connector mounted on the front panel of the DP. The 31 serial communications interface shall allow the user to remotely 32 configure the system and/or to extract calculated vehicle/roadway 33 information. The interface protocol shall be documented or interface 34 software shall be provided. The interface protocol shall support multi-35 drop or point-to-multipoint communications. Each MSDS shall have 36 the capability to be addressable. The DP shall support data rates of 37 1200 bps to 230,400 bps, inclusive. 38 f) Open collector (contact closure) outputs shall be provided. Four (4) 39 open collector outputs shall be provided for the single or dual channel 40 rack-mount configuration. Additionally, the DP shall allow the use of 41 extension modules to provide up to 24 open collector contact closures 42 per camera input. Each open collector output shall be capable of 43 sinking 30 mA at 24 VDC. Open collector outputs will be used for 44 vehicle detection indicators as well as discrete outputs for alarm 45 conditions. The DP outputs shall be compatible with industry standard 46 detector racks assignments. 47 34 41 10 - 54 TRAFFIC SIGNALS Page 54 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 g) Logic inputs such as delay/extend or delay inhibit shall be supported 1 through the appropriate detector rack connector pin or front panel 2 connector in the case of the I/O module. For DPs and extension 3 modules, 4 inputs shall be supported via detector rack interface. The 4 I/O module shall accommodate eight (8) inputs through a 15-pin “D” 5 connector. 6 h) Detection status LEDs shall be provided on the front panel. The LEDs 7 shall illuminate when a contact closure output occurs. Rack-mounted 8 detection processors shall have a minimum of four (4) LEDs. Rack-9 mounted extension modules shall have two (2), four (4) or eight (8) 10 LEDs (depending upon extension module type) to indicate detection. 11 i) The front panel of the DP shall have detector test switches to allow the 12 user to manually place calls on each DP output channel. The test 13 switch shall be able to place either a constant call or a momentary call 14 depending on the position of the switch. 15 j) A USB mouse port shall be provided on the front panel of the rack 16 mount detection processing unit. The mouse port shall not require 17 special mouse software drivers. The mouse port shall be used as part 18 of system setup and configuration. A mouse shall be provided with 19 each detection processor. 20 k) Extension modules shall be connected to the DP by an 8-wire twisted-21 pair cable with modular RJ45 connectors. DP and EM communications 22 shall be accommodated by methods using differential signals to reject 23 electrically coupled noise. 24 l) Extension modules (EM) shall be available to eliminate the need of 25 rewiring the detector rack, by enabling the user to plug an extension 26 module into the appropriate slot in the detector rack to provide 27 additional open collector outputs. The extension module shall be 28 available in both 2 and 4 channel configurations. EM configurations 29 shall be programmable from the DP. A separate I/O module with 32 30 outputs through a 37-pin “D” connector on the front panel and 8 inputs 31 through a 15-pin “D” connector using an external wire harness for 32 expanded flexibility shall also be available. 33 m) The DP and EM shall be specifically designed to mount in a standard 34 detector rack, using the edge connector to obtain power, provide 35 contact closure outputs and accept logic inputs (e.g. delay/extend). No 36 adapters shall be required to mount the DP or EM in a standard 37 detector rack. Detector rack rewiring shall not be required. 38 n) The DP shall utilize non-volatile memory technology to store on-board 39 firmware and operational data. 40 o) The DP shall enable the loading of modified or enhanced software 41 through the EIA232 or USB port (using a USB thumb drive) and 42 without modifying the DP hardware. 43 p) The DP and EM shall be powered by 12 or 24 volts DC. DP and EM 44 modules shall automatically compensate for either 12 or 24 VDC 45 operation. DP power consumption shall not exceed 7.5 watts. The EM 46 power consumption shall not exceed 3 watts. 47 q) The DP shall operate satisfactorily in a temperature range from -34 °C 48 to +74 °C and a humidity range from 0%RH to 95%RH, non-49 condensing as set forth in NEMA specifications. 50 34 41 10 - 55 TRAFFIC SIGNALS Page 55 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 r) An Edco CX-06M video surge suppresser shall be provided for each 1 sensor input. The surge suppresser shall be appropriately grounded to 2 the cabinet ground rod using 14 AWG minimum. 3 7) System Software 4 a) Detection zones shall be programmed via an on board menu displayed 5 on a video monitor and a pointing device connected to the DP. The 6 menu shall facilitate placement of detection zones and setting of zone 7 parameters or to view system parameters. A separate computer shall 8 not be required for programming detection zones or to view system 9 operation. 10 b) The DP shall store up to three different detection zone patterns in non-11 volatile memory. The DP can switch to any one of the three different 12 detection patterns within 1 second of user request via menu selection 13 with the pointing device. Each configuration shall be uniquely labeled 14 and able to be edited by the user for identification. The currently 15 active configuration indicator shall be displayed on the monitor. 16 c) The DP shall detect vehicles in real time as they travel across each 17 detection zone. 18 d) The DP shall accept new detection patterns from an external computer 19 through the EIA232 port when the external computer uses the correct 20 communications protocol for downloading detection patterns. A 21 Windows™-based software designed for local or remote connection 22 and providing video capture, real-time detection indication and 23 detection zone modification capability shall be provided with the 24 system. 25 e) The DP system shall have the capability to automatically switch to any 26 one of the stored configurations based on the time of day which shall 27 be programmable by the user. 28 f) The DP shall send its detection patterns to an external computer 29 through the EIA232 port when requested when the external computer 30 uses the appropriate communications protocol for uploading detection 31 patterns. 32 g) The DP shall default to a safe condition, such as a constant call on each 33 active detection channel, in the event of unacceptable interference or 34 loss of the sensor signal. 35 h) The system shall be capable of automatically detecting a low-visibility 36 condition such as fog and respond by placing all effected detection 37 zones in a constant call mode. A user-selected alarm output shall be 38 active during the low-visibility condition that can be used to modify 39 the controller operation if connected to the appropriate controller input 40 modifier(s). The system shall automatically revert to normal detection 41 mode when the low-visibility condition no longer exists. 42 i) Up to 24 detection zones per camera input shall be supported and each 43 detection zone can be sized to suit the site and the desired vehicle 44 detection region. 45 j) The DP shall support 2 independent trigger points for radar outputs for 46 dilemma zone applications. 47 k) The DP shall provide up to 24 open collector output channels per 48 sensor input using one or more extension modules. 49 34 41 10 - 56 TRAFFIC SIGNALS Page 56 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 l) A single detection zone shall be able to replace multiple inductive 1 loops and the detection zones shall be OR'ed as the default or may be 2 AND'ed together to indicate vehicle presence on a single approach of 3 traffic movement. 4 m) Placement of detection zones shall be done by using only a pointing 5 device, and a graphical interface built into the DP and displayed on a 6 video monitor, to draw the detection zones on the video image from 7 each video camera. No separate computer shall be required to program 8 the detection zones. 9 n) When a vehicle is detected within a detection zone, a visual indication 10 of the detection shall activate on the video overlay display to confirm 11 the detection of the vehicle for the zone. 12 o) Detection shall be at least 98% accurate in good weather conditions, 13 with slight degradation possible under adverse weather conditions (e.g. 14 rain, snow, or fog) which reduce visibility. 15 p) Detection accuracy is dependent upon site geometry, camera 16 placement, camera quality and detection zone location, and these 17 accuracy levels do not include allowances for occlusion or poor video 18 due to camera location or quality. 19 q) The DP shall provide dynamic zone reconfiguration (DZR). DZR 20 enables normal operation of existing detection zones when one zone is 21 being added or modified during the setup process. The new zone 22 configuration shall not go into effect until the configuration is saved by 23 the operator. 24 r) Detection zone setup shall not require site specific information such as 25 latitude and longitude to be entered into the system. 26 s) The DP shall process the video input from each camera at 30 frames 27 per second. Multiple camera processors shall process all video inputs 28 simultaneously. 29 t) The DP shall output a constant call during the background learning 30 period of no more than 3 minutes. 31 u) Detection zone outputs shall be configurable to allow the selection of 32 presence, pulse, extend, and delay outputs. Timing parameters of 33 pulse, extend, and delay outputs shall be user definable between 0.1 to 34 25.0 seconds. 35 v) Up to six video detection zones per sensor input shall have the 36 capability to count the number of vehicles detected. The count value 37 shall be internally stored for later retrieval through the EIA232 port. 38 The zone shall also have the capability to calculate and store average 39 speed and lane occupancy at bin intervals of 10 seconds, 20 seconds, 1 40 minute, 5 minutes, 15 minutes, 30 minutes and 60 minutes. One radar 41 sensor zone shall also count vehicles, calculate, and store the average 42 speed and lane occupancy across the approach. 43 w) In addition to the count type zone, the DP shall be able to calculate 44 and/or acquire average speed and lane occupancy using both video and 45 radar sensors. These values shall be stored in non-volatile memory for 46 later retrieval. 47 x) The DP shall have an “advance” zone type where detection outputs to 48 the traffic controller is compensated for angular occlusion and 49 distance. 50 34 41 10 - 57 TRAFFIC SIGNALS Page 57 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 y) The DP shall employ color overlays on the video output. 1 z) The DP shall have the ability to show phase status (green, yellow, or 2 red) for up to 8 phases. These indications shall also be color coded. 3 aa) The user shall have the ability to enable or disable the display of the 4 phase information on the video output. 5 bb) The DP shall have the capability to change the characteristics of a 6 detection zone based on external inputs such as signal phase. Each 7 detection zone shall be able to switch from one zone type (i.e. 8 presence, extension, pulse, etc.) to another zone type based on the 9 signal state. For example, a zone may be a “count” zone when the 10 phase is green but change to a “presence” zone type when the phase is 11 not green. 12 cc) Another application would be zone type of “extension” when the signal 13 phase is green and then “delay” when red. 14 dd) For alpha numeric user inputs, the DP shall utilize a virtual keyboard 15 on the video overlay system to ease user input. The virtual keyboard 16 shall use the standard QWERTY keyboard layout. 17 ee) The DP shall aid the user in drawing additional detection zones by 18 automatically drawing and placing zones at appropriate locations with 19 only a single click of the mouse. The additional zone shall utilize 20 geometric extrapolation of the parent zone when creating the child 21 zone. The process shall also automatically accommodate lane marking 22 angles and zone overlaps. 23 ff) When the user wishes to modify the location of a zone, the DP shall 24 allow the user move a single zone, multiple zones or all zones 25 simultaneously. 26 gg) When the user wishes to modify the geometric shape of the zone, the 27 DP shall allow the user to change the shape by moving the zone corner 28 or zone sides. 29 hh) On screen zone identifiers shall be modifiable by the user. The user 30 shall be allowed to select channel output assignments, zone type, input 31 status, zone labels or zone numbers to be the identifier. 32 ii) For multiple camera input DPs, the user shall have the ability to enable 33 automatic video output switching. The dwell time for each sensor 34 input shall be user programmable. 35 jj) For radar sensor zones, the output can be triggered by presence of a 36 vehicle only or by presence of a vehicle above a user-defined speed 37 threshold. 38 7. Vehicle Detector Loops (Sawcut) 39 a. Detector Loop Wire 40 1) Use stranded copper No. 14 AWG XHHW cross-linked-thermosetting-41 polyethylene insulated conductor rated for 600 volts CA for vehicle 42 detector loop wire. 43 b. Detector Lead-In Cable 44 1) Loop detector lead-in cable shall be a single 4 conductor No. 18 AWG, 45 shielded cable. 46 2) 1 cable shall service each loop where practical. 47 c. Sealant 48 34 41 10 - 58 TRAFFIC SIGNALS Page 58 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) Use sealant for the vehicle detector loops in accordance with TxDOT 1 DMS-6340, “Vehicle Loop Wire Sealant.” 2 8. Emergency Vehicle Preemption Equipment and Cable 3 a. The product bid shall be the Opticom™ system by Global Traffic 4 Technologies, or approved equal, and shall meet the following specifications. 5 b. Provide new, corrosion resistant materials. 6 c. Emergency Preemption Phase Selector 7 1) Shall be a plug-in two channel, dual priority, encoded signal device. 8 2) Shall have the capability to be installed directly into the input file of Type 9 170 traffic controllers equipped with priority phase selection software. 10 3) Shall recognize and discriminate among three distinct emitter frequency 11 rates via Emergency Preemption Detectors: Command Priority, Advantage 12 Priority and probe vehicles. 13 4) When Emergency Preemption Detector signals are recognized as a valid 14 call, the Emergency Preemption Phase Selector shall cause the signal 15 controller to advance to and/or hold the desired traffic signal display. This 16 is accomplished by utilizing Emergency Preemption Phase Selector 17 circuitry in conjunction with normal internal controller functions. 18 5) The Emergency Preemption Phase Selector shall be capable of assigning 19 priority traffic movement to one of two channels on a first come, first serve 20 basis. Each channel shall be connected to select a particular traffic 21 movement from those normally available within the controller. 22 6) Once a call is recognized, "commit to green" circuitry in the Emergency 23 Preemption Phase Selector shall function so that the desired green 24 indication will be obtained even if optical communication is lost. After 25 serving a priority traffic demand, the Emergency Preemption Phase 26 Selector shall release the controller to follow normal sequence operation. 27 7) The phase selector shall not change the timing of the following intervals 28 for any normal controller phase: minimum green, walk, pedestrian 29 clearance, yellow change, or red clearance. 30 8) Emergency Preemption Phase Selector shall also have the following 31 features: two auxiliary detectors per channel, compatible with encoded 32 signal and non-encoded emitters, computer-based interface (RS232 33 communications front port, and rear backplane, customizable ID code 34 validation), crystal controlled circuitry, optically isolated outputs, front 35 panel switches and diagnostic indicators for testing, and multi-function test 36 switch. 37 9) Phase selector shall be powered from AC mains and shall provide 24-volt 38 DC output for its associated detectors. 39 10) Emergency Preemption Phase Selector shall utilize solid state and relay 40 circuitry to interface between the Emergency Preemption Detector and the 41 traffic signal controller. 42 11) Emergency Preemption Phase Selector shall supply power to and receive 43 electrical signals from the Emergency Preemption Detector. 44 12) Emergency Preemption Phase Selector shall be tested to NEMA electrical 45 test specifications. 46 13) Emergency Preemption Phase Selector shall operate at a voltage range of 47 89 to 135 VAC +10% and 60Hz + 3Hz. 48 34 41 10 - 59 TRAFFIC SIGNALS Page 59 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 14) Provide equipment that is not affected by the transient voltages, surges and 1 sags normally experienced on commercial power lines. It is the 2 Contractor's responsibility to check the local power service to determine if 3 any special design is needed for the equipment. Any extra cost, if required, 4 is subsidiary to this Item. 5 15) Install appropriate surge protectors in the cabinet for the Emergency 6 Preemption Phase Selector and Emergency Preemption Detector. 7 16) Provide equipment that meets the requirements of Sec. 2.1.6, “Transients, 8 Power Service” of the NEMA Standard TS2-1992, and/or the latest 9 revision. 10 17) Provide all wiring to the requirements of the NEC. Cut all wires to proper 11 length. Provide cable slacks to facilitate removal and replacement of 12 assemblies, panels, and modules. Do not double back any wires to take up 13 slack. Neatly lace wires into cable with nylon lacing or plastic straps. 14 Secure cables with clamps. 15 18) Provide diodes or other protective devices across the coils of all DC relays, 16 solenoids, and holding coils for transient suppression. 17 19) Furnish equipment with readily accessible, manually re-settable or 18 replaceable circuit protection devices (such as circuit breakers or fuses) for 19 equipment and power source protection. 20 20) Design the equipment such that the failures of the equipment shall not 21 cause the failure of any other unit of equipment. 22 21) Equipment furnished shall be modular in design to allow major portions to 23 be readily replaced in the field. 24 22) Emergency Preemption Phase Selector shall have mechanically key 25 modules of unlike functions to prevent insertion into the wrong socket or 26 connector. 27 23) Clearly identify all modules and assemblies with name, model number, 28 serial number, and any other pertinent information required to facilitate 29 equipment maintenance. 30 24) A card rack shall be supplied with every Emergency Preemption Phase 31 Selector. 32 a) Shall be a metallic enclosure with a dedicated card slot for one phase 33 selector with either two or four channel units. 34 b) The front panel of the card rack shall include a terminal strip for 35 connecting the detectors, as well as a 9-pin circular connector and 36 harness to connect the phase selector’s inputs and outputs. 37 c) The card rack shall be subsidiary to the Emergency Preemption Phase 38 Selector. 39 d. Emergency Preemption Detector 40 1) Furnish Emergency Preemption Detector that shall seamlessly operate with 41 the vehicle emitters used in the project area. 42 2) Detector shall transform the optical energy detected from an approaching, 43 vehicle mounted emitter to an electrical signal. The electrical signal shall 44 be transmitted along an Emergency Preemption Detector Cable to the 45 Emergency Preemption Phase Selector for processing. 46 3) Detectors shall permit a direct, unobstructed line-of-sight to vehicle 47 approaches. 48 34 41 10 - 60 TRAFFIC SIGNALS Page 60 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 4) Detector shall have a cone of detection of not more than 13 degrees. The 1 Emergency Preemption Detector and/or Emergency Preemption Phase 2 Selector shall not sense a pre-emption signal from an emitter outside this 3 cone. 4 5) Detector shall have solid state circuitry and advanced electrical transient 5 immunity. 6 6) Detectors shall have a range of 200 feet and is adjustable up to 2,500 feet. 7 7) Detector shall operate at an electrical voltage of 24 to 28 VDC, 50 MA 8 minimum. 9 8) Detectors shall operate at a temperature range of -30 degrees F to 165 10 degrees F. 11 9) Detector shall include mounting hardware, as specified, for mast arm 12 mounting, span wire mounting, pole-side mounting, mounting on top of a 13 signal head, or mounting on top of a pipe or pedestal. 14 10) Detector shall have an adjustable turret configuration to accommodate 15 skewed approaches. 16 11) Detector housing shall be of light weight, durable, high-impact 17 polycarbonate material having stainless steel and brass fittings. 18 12) Detector shall operate at a humidity of 5% to 95% relative. 19 e. Emergency Preemption Detector Cable 20 1) Shall be Model 138 Opticom™ cable, or approved equivalent, and shall be 21 compatible with all other equipment used in this specification. 22 2) Cable shall be individually tinned copper strand three-conductor cable with 23 yellow, orange, and blue conductor wires. It shall also have a bare shield 24 drain wire. 25 3) Cable shall be AWG #20 (7x28), stranded with conductor insulation of 600 26 volt, 75°C (167°F). 27 4) Cable shall have a DC resistance not to exceed 11.0 ohms per 1000 ft. 28 5) The capacitance from one conductor to other 2 conductors and shield shall 29 not exceed 48 pf./ft. 30 6) Cable jacket shall be rated for 600 volts, 80 degrees C (176 degrees F), and 31 minimum average wall thickness of 0.045 in. 32 7) Finished O.D. of 0.3 in. maximum. 33 9. Battery back-up (BBU) System for Signal Cabinets 34 a. The product bid shall be the Alpha FXM 2000 model, or approved equivalent, 35 and shall meet the following specifications. 36 b. Functionality 37 1) Standby Mode 38 a) The BBU shall be provided with a standby mode. 39 b) The utility AC power shall be passed directly to the output. 40 c) The system will transfer to Backup mode at user defined, low and high 41 cutoff voltage level transfer points that are adjustable between 90 and 42 135 VAC. 43 d) The BBU shall automatically apply a 5VAC difference for the return 44 transfer points. 45 e) When the BBU is in Standby mode (Buck/Boost Disabled), the BBU 46 shall bypass the utility line power whenever the utility line voltage is 47 outside the transfer set points (±2 VAC). 48 2) Low Restore 49 34 41 10 - 61 TRAFFIC SIGNALS Page 61 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a) In cases of low or absent utility line voltage, when the utility line 1 voltage has been restored at or above 5 VAC ±2 VAC of the low 2 transfer set point for more than 20 seconds, the BBU shall transfer 3 from Backup Mode to Utility Line Mode. 4 3) High Restore 5 a) In cases of high utility line voltage, when the utility line voltage has 6 been restored at or above 5 VAC ±2 VAC of the high transfer set point 7 for more than 20 seconds, the BBU shall transfer from Backup Mode 8 to Utility Line Mode. 9 4) Buck/Boost Line – Interactive Mode 10 a) The BBU shall include Buck/Boost Functionality. 11 b) The Buck/Boost mode shall have a minimum range of 90-150 VAC. 12 c) There shall not be any user definable transfer set points for the buck 13 boost mode. 14 d) Whenever Buck/Boost mode is selected, the output of the system shall 15 be regulated between 100-130VAC. 16 e) When the output of the system can no longer be maintained with this 17 range, the BBU shall transfer to Backup Mode. 18 5) Line Qualify Time 19 a) The BBU shall have a user definable line qualify time. 20 b) The user shall be able to select a minimum of three (3) possible 21 settings. 22 c) The minimum setting shall be 3, 20, and 30 seconds. 23 d) The default line qualify time shall be 30 seconds. 24 6) Battery Charger 25 a) The BBU shall have an integral charger. 26 b) The charger shall be a 3-step charger using bulk, absorption and float 27 charging techniques, appropriate for the battery type. 28 c) The integral 3-Step Charger shall use temperature compensation. 29 d) The charging system shall compensate over a range of 2.5-4.0mV/°C 30 per cell. 31 e) A temperature probe which plugs into the front panel of the BBU shall 32 be used to monitor the internal temperature of the batteries. 33 f) The Temperature sensor shall be of sufficient length to properly reach 34 the center battery and yet not too long to cause an inaccurate reading. 35 g) The batteries shall not be recharged whenever the battery temperature 36 exceeds 50°C. 37 h) The recharge time for the batteries from “protective low-cutoff” to 80 38 percent or more of full charge capacity shall not exceed 12 hours. 39 c. Operation 40 1) The BBU system shall provide the following operational modes when 41 operating on battery power: full operation of all traffic signal devices, flash 42 operation, and combination of full and flash operation. 43 2) The BBU shall provide a minimum of 2.0 hours of full time operation and 44 3.0 of flash operation for a traffic signal utilizing LED only vehicle and 45 pedestrian indications. 46 3) The BBU shall be compatible with all City cabinet and controller types; 47 and all cabinet components for full time operation. 48 4) The BBU shall provide a minimum of 1500W/1800VA@25°C active 49 output capacity with 85 percent minimum inverter efficiency. 50 34 41 10 - 62 TRAFFIC SIGNALS Page 62 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 5) When operating in backup mode, the BBU output shall be 1 120VAC±5VAC, pure sine wave output, ≤3%THD, 60Hz ± 0.05 Hz. 2 6) The BBU DC system voltage shall be 48VDC. 3 7) The maximum transfer time allowed, from disruption of normal utility line 4 voltage to stabilized inverter line voltage from batteries, shall be 40 5 milliseconds (ms). The same maximum allowable time shall also apply 6 when switching from the inverter line voltage to utility-line voltage. 7 Transfers to and from battery operation shall not interfere with the 8 operation of the other equipment in the intersection. 9 8) The BBU and all components shall operate without performance 10 degradation over a temperature range of -37°C to +74°C. Additionally, all 11 components and parts used shall, at the minimum, be rated for this 12 temperature range. 13 9) In the event the AC service feeding the BBU is severed, or there is a utility 14 blackout, the AV voltage measured at the AC inputs to the BBU (line to 15 neutral) shall be less than 1 VAC. 16 10) The BBU shall have lightning surge protection compliant with IEEE/ANSI 17 C.62.41 and must be able to withstand 2000 volt surges applied 50 times 18 across line and neutral. These surges shall not cause the BBU to transfer to 19 Backup mode. 20 11) The AC input and output shall be panel mounted plug/receptacles that 21 allow no possibility of accidental exposure to dangerous voltages. The AC 22 Input shall be a male receptacle and the AC Output shall be a female 23 receptacle. The receptacles shall utilize some form of locking mechanism 24 or hold down clamps that prevent accidental disconnects. 25 12) The DC connection shall be a recessed one or two pieces Anderson Style 26 receptacle. 27 13) The Power Transfer relay control and the battery temperature sense inputs 28 shall be heavy duty panel-mounted style connectors. 29 14) All connections shall provide mechanically and electrically secure 30 connections without the use of a screwdriver. The only exception is the 31 Relay Terminal Block. 32 15) The BBU must be able to shut down in order to protect against internal 33 damage in the event of an overload at the output. 34 16) The BBU shall provide a time-of-day schedule. The time-of-day schedule 35 shall allow the user to schedule operational modes. 36 17) The BBU shall automatically change operational modes based on the time-37 of-day schedule. 38 18) The BBU shall not switch from Flash Operation to Full Operation mode 39 when the remaining battery capacity is ≤40 percent. 40 19) The BBU shall prevent a malfunction feedback to the cabinet or from 41 feeding back to the utility service. In the event of BBU failure 42 (inverter/charger or battery) or complete battery discharge, the power 43 transfer relay shall revert to Normally Closed (de-energized) state where 44 utility line power is connected to the cabinet. 45 20) The BBU shall initiate an automatic shutdown when battery output reaches 46 42DVC. 47 21) The BBU shall be equipped with an integral system to prevent the battery 48 from destructive discharge or overcharge. 49 d. Power Transfer Switch 50 34 41 10 - 63 TRAFFIC SIGNALS Page 63 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) Rating 1 a) The BBU shall include a Power Transfer Switch rated at 120VAC/50 2 amps minimum. 3 2) Manual Bypass Switch 4 a) The Power Transfer Switch shall include a manual bypass switch. 5 Placing the manual bypass switch in “Bypass” mode shall cut AC 6 power to the Inverter/charger and route it directly to the traffic signal 7 cabinet. 8 b) In this condition, power to the inverter is disconnected, and battery 9 power from the inverter is disconnected. 10 c) The inverter can then be powered off without affecting normal 11 intersection operation. 12 d) With the inverter turned off, the batteries can be safely disconnected 13 from the inverter. 14 3) Indicator light 15 a) The Power Transfer Switch shall include a bypass indicator light that 16 automatically illuminates when the Manual bypass switch is in Bypass 17 position. 18 4) Status Relay 19 a) The Power Transfer Switch shall include a bypass status relay with 20 normally open, dry contacts that automatically close when the Manual 21 bypass switch is in Bypass position. 22 5) Power Transfer Relay 23 a) The Power Transfer Switch shall include a 50 Amp power transfer 24 relay controlled by the inverter to cause the Power Transfer Switch to 25 switch between AC power from the utility and battery power from the 26 inverter. 27 6) Integrated Switch 28 a) The manual bypass switch and the power transfer relay shall be 29 integrated together within the Power Transfer Switch allowing the 30 manual bypass switch to be rated at 15 Amp and to be integrated with 31 the bypass indicator light and bypass status relay. 32 7) Terminal Blocks 33 a) The Power Transfer Switch shall have terminal blocks capable of 34 accepting #6 AWG wiring with #6 AWG internal to the Power 35 Transfer Switch as required for 50 Amp operation. 36 e. Displays, Controls, Diagnostics and Maintenance 37 1) The BBS inverter/charger unit shall include a backlit LCD display for 38 viewing all status and configuration information. The screen shall be 39 easily viewable in both bright sunlight and in darkness. 40 2) Screen size 41 a) The screen shall be large enough to display the following information: 42 (1) Operating mode (standby, buck/boost) 43 (2) Utility input voltage 44 (3) BBU output voltage 45 (4) Charger status 46 (5) Percent battery charge 47 (6) BBU status (standby, backup, buck, boost) 48 (7) Any alarms and faults 49 34 41 10 - 64 TRAFFIC SIGNALS Page 64 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 3) The BBU inverter/charger unit shall include a keypad for configuring 1 system parameters and navigating system information. 2 4) Communications 3 a) The BBU shall be equipped with an industry standard RS-232 serial 4 connection for user configuration and management. 5 b) The serial port shall be an EIA-232 (DB9-Female) connector. 6 c) The BBU shall have an Ethernet communication interface for user 7 configuration and management. The Ethernet Port shall be an RJ-45, 8 EIA 568B Pin Out Connector. 9 d) The BBU shall be include remote monitoring & alarms transmission 10 capabilities through the Ethernet RJ45 IP Addressable Port, using 11 SNMP protocol. Other means of communication will be considered. 12 e) All BBU configuration and System menus shall be accessible and 13 programmable from the RS-232 and Ethernet Port. 14 f) The BBU shall support TCP and UDP over IP protocol 15 communications. 16 g) The BBU shall support FTP, Telnet, and HTTP. 17 h) The BBU shall be SNMP compliant. 18 5) Web-based interface 19 a) The BBU shall be provided with a web-based-interface for user 20 configuration and management through a web browser. 21 b) The BBU shall allow the user to do the following through the web 22 browser: 23 (1) View logs 24 (2) Change modes of operation 25 (3) Configure email alarms 26 (4) Adjust line qualify time 27 (5) Program relay contacts 28 (6) Configure network parameters 29 6) Status LEDs 30 a) The BBU shall have discrete status LED indications on the front of the 31 inverter/charger. 32 (1) Green output LED 33 (a) This LED will be ON any time that the output of the BBU is 34 modified, either by backup Mode or by Buck//Boost Modes. 35 (2) Red fault LED 36 (a) This LED will be ON any time that there are any faults in the 37 system. 38 (3) Yellow Alarm LED 39 (a) The LED will be ON any time that there are any alarms in the 40 system. 41 (4) Event log 42 (a) The BBU shall maintain an event log containing a minimum of 43 200 of the most recent events recorded by the BBU. At a 44 minimum, the event log shall record the following: date/time 45 stamp, current operating mode, what the event was. 46 (b) The Event log shall be viewable through the LCD display, 47 EIA-232 port, and the Ethernet Interfaces. 48 (5) Counters 49 34 41 10 - 65 TRAFFIC SIGNALS Page 65 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (a) The BBU shall keep track of the following: the number of 1 times that the unit was in backup, buck, and boost modes. 2 f. Programmable Relay Contacts 3 1) The BBU shall provide the user six (6) programmable dry relay contacts. 4 As a minimum, the programmable options shall be On Battery, Low 5 Battery, Timer, Alarm, Fault, and Off. 6 2) Relay Contact Terminals 7 a) The relay contacts shall be made available on the front panel of the 8 BBS via an 18-position, screw hold-down, printed circuit board 9 mounted terminal block. 10 3) Contacts 11 a) Each relay shall have their own common and their own set of normally 12 open (NO) and normally closed (NC) terminals. The terminals for 13 each relay shall be oriented as NO-C-NC on the terminal block. 14 4) Labeling 15 a) The contacts on the terminal block shall be labeled 1-18, left to right. 16 Additionally, each set of contact shall be labeled with the NO-C-NC 17 designation, as well as C1…C6 from left to right. All additional 18 contacts on the terminal block shall be labeled as “spare”. 19 5) Rating 20 a) The relay contacts shall be rated at a minimum of 1 amp @125 VAC. 21 6) Display 22 a) When a relay is energized, it shall be displayed on the LCD screen. 23 7) On Battery Relay Contact 24 a) The dry relay contacts that are configured for “on battery” shall only 25 energize when the Inverter is operating in Backup Mode. 26 8) Time Relay Contacts 27 a) The BBU shall include a timer that will energize the “timer” 28 configured dry relay contact after the user configured time has elapsed. 29 b) The timer is started when the BBU enters Backup Mode. 30 c) The user can configure the timer from 0 – 480 minutes in 15 minute 31 increments. 32 9) Low Battery Relay Contact 33 a) The BBU shall have an adjustable low battery relay setting. 34 b) This setting shall be adjustable so that the user can set the point at 35 which the low battery relay contact is energized. 36 g. Batteries 37 1) Provide batteries from the same manufacturer/vendor of the BBU system. 38 2) Individual batteries shall be 12V. 39 3) Batteries shall be comprised of extreme temperature, float cycle, GEL 40 VRLA (Valve Regulated Lead Acid). 41 4) Battery amp-hour rating shall be 105 amp-hour maximum. 42 5) Batteries shall be easily replaced and commercially available off the shelf. 43 6) Battery string 44 a) Batteries used for the BBU shall consist of a 4 battery string with a 45 cumulative minimum rated capacity of 210 amp-hours 46 7) Batteries shall be sized and rated to operate a 700W load for 4 hours 47 (normal operation) followed by a 300W load for 2 hours (flash operation) 48 for a total of 6 hours. 49 8) Operating temperature 50 34 41 10 - 66 TRAFFIC SIGNALS Page 66 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a) The battery system shall consist of one or more strings of extreme 1 temperature; float cycle GEL VRLA (Valve Regulated Lead Acid) 2 batteries. 3 b) Batteries shall be certified to operate at extreme temperatures from –4 40°C to +74°C 5 9) Construction 6 a) Battery construction shall include heavy-duty, inter-cell connections 7 for low-impedance between cells, and heavy-duty plates to withstand 8 shock and vibration. 9 10) Top cover 10 a) The top cover shall use tongue and groove construction and shall be 11 epoxied or heat-sealed to the battery case for maximum strength and 12 durability. 13 11) Ability to function 14 a) The battery shall function if laid on its side without leakage of 15 chemicals and be so designed. 16 b) An integral lifting handle should be provided on the batteries for ease 17 of removal/installation. 18 12) Interconnect wiring 19 a) All batteries shall be provided with the appropriate interconnect wiring 20 and corrosion-resistant mounting trays and/or brackets appropriate for 21 the cabinet into which they will be installed. 22 h. System Housing 23 1) EIA Standard 24 a) The internal cabinet shall come with installed EIA rails. 25 b) All references made to EIA rail or EIA 19” rack shall conform to 26 Electronic Industrial Standards EIA-310-B, Racks, Panels, and 27 associated equipment with 10-32 “Universal Spacing” threaded holes. 28 c) The BBU shall be installed in an external cabinet adjacent to or 29 connected to the Traffic Controller cabinet 30 2) Inverter/Charger Mounting 31 a) The Inverter/Charger Unit shall be shelf or rack mounted on a standard 32 EIA19” rack. 33 3) Power Transfer Switch Mounting 34 a) The Power Transfer switch shall be mounted on EIA Rail. 35 4) Interconnect wiring 36 a) All interconnect wiring shall be provided and shall be UL Style 1015 37 CSA TEW. 38 5) BBU replacement 39 a) The BBU equipment and batteries shall be easily replaced and shall not 40 require and special tools for installation. 41 6) The BBU inverter and batteries shall be hot swappable. There shall be no 42 disruption to the Traffic Signal when removing the inverter or batteries for 43 maintenance. 44 7) All inverter and battery connections shall be of the quick disconnect type 45 for ease of maintenance. 46 8) All necessary installation hardware (bolts, fasteners, washers, shelf angles, 47 racks, etc.) shall be included. 48 9) Cabinet shall have a cabinet white LED light that is wired to turn on when 49 the cabinet door is open. 50 34 41 10 - 67 TRAFFIC SIGNALS Page 67 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 10) The external cabinet shall be capable of housing batteries, inverter/charger 1 unit, power transfer switch, control panels, wiring, wiring harnesses, and 2 all other ancillary equipment. 3 11) Cabinet Types 4 a) TYPE 1: Pole mounted external cabinet (for 336 type cabinet 5 locations) 6 b) TYPE 2: Side mounted external cabinet - Side mounted (attached to 7 the side of the model 332, 336, 350i, 352i, or 357i Cabinets) 8 c) TYPE 3: Base mounted external cabinet - Freestanding (for all type 9 cabinet locations). The base mounted external cabinet shall have a 10 minimum 8” riser for easy cable entrance. 11 12) All external cabinets shall be NEMA 3R rated. 12 13) The external cabinet shall be ventilated through the use of louvered vents, 13 filter, and one thermostatically controlled fan. 14 a) The External fan cabinet shall be AC or DC operated from the same 15 line output of the Power Transfer Switch that supplies power to the 16 traffic controller cabinet. 17 b) A 2-postion terminal block shall be provided on the fan panel 18 14) The external cabinet shall come provided with all bolts washers, nuts, 19 cabinet-cabinet coupler fitting, shelves, wiring, and all other hardware 20 necessary for mounting and connecting the external cabinet. 21 i. Documentation 22 1) Cabinet wiring diagrams and equipment manuals must be provided for 23 each cabinet. 24 2) Detailed directions/instructions for installation, programming and 25 maintenance for each BBU unit must be included. 26 10. Multi-conductor cable 27 a. All cable shall be multi-conductor capable of operating at 600 volts maximum, 28 and suitable for use at conductor temperatures not exceeding 75 degrees C (167 29 degrees F). 30 b. Multi-conductor cable shall be either stranded IMSA 20-1, #14 AWG, stranded 31 copper wire. 32 c. The copper wire (before insulating) shall meet the requirements of the latest 33 American Society for Testing and Materials (ASTM) standards for uncoated wire. 34 d. Ensure fillers are non-metallic, moisture resistant, non-wicking material. 35 e. Supply cables that clearly show the name of the manufacturer and the IMSA 36 specification number applied at approximate 2 foot intervals to the outer surface 37 of the jacket by indent printing. 38 11. Power lead-in cable 39 a. Power lead-in cable shall be stranded RHW copper wire and suitable for A/C 40 electric service. 41 b. The cable shall be capable of operating at 600 volts maximum and suitable for use 42 at conductor temperatures not exceeding 167 degrees Fahrenheit (75 degrees 43 Celsius). 44 c. Material and construction shall be in accordance with the applicable requirements 45 of IMSA and NEC standards. 46 d. Conductors shall be stranded, anneal coated copper. 47 e. Copper wire before insulating or stranding, shall meet the requirements of the 48 latest edition of ASTM B-033 (for coated wire). 49 34 41 10 - 68 TRAFFIC SIGNALS Page 68 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 f. Stranding shall be class B, in accordance with the latest edition of ASTM B-8. 1 g. Insulation shall be THHN and comply with Federal Specification A-A-59544 and 2 all applicable ASTM standards. 3 12. Grounding conductor 4 a. The grounding conductor shall be a #8 AWG solid copper wire. 5 b. The conductor shall be bonded to all ground rods. 6 13. Ground rod 7 a. Ground rod electrodes shall be copper-bonded steel being at least 5/8 inch in 8 diameter. 9 b. All ground rods shall be a minimum of 8 feet. 10 c. All ground rods shall be a minimum of 6 feet in ground. 11 14. Ground Boxes 12 a. All boxes shall meet all test requirements of the latest SCTE 77 “Specification 13 of Underground Enclosure Integrity” for Tier 22 applications. 14 b. Bottom edge of box or extension shall be footed with a minimum 1 ¼” flange. 15 c. Cover lift eye shall be molded with cover. 16 d. Cover lettering shall be 1” incised letters reading “Danger High Voltage Traffic 17 Signal.” 18 e. Cover shall include the City of Fort Worth logo in upper left-hand corner. 19 f. Cover must be secured with “Penta Head”, stainless steel, self-cleaning bolts 20 and nuts. 21 g. Provide security bolts if indicated in the Drawings. 22 h. The top surface of the ground box cover shall have a minimum co-efficient of 23 friction of 0.5. 24 i. Boxes shall be stackable for extra height. 25 j. Boxes shall be manufactured from Reinforced Polymer Concrete (RPM) 26 composed of borosilicate glass fiber, a catalyzed polyester resin and an aggregate. 27 Side walls may be reinforced polymer. 28 k. The size and dimensions of the required ground boxes shall be shown in 29 standard detail 34 41 10 – D601. 30 15. Traffic Signal Structures 31 a. Design 32 1) Structures shall be designed in accordance with 1994 AASHTO “Standard 33 Specifications for Structural Supports for Highway Signs, Luminaires, and 34 Traffic Signals” for 80 MPH wind zone. 35 2) Refer to the City’s Standard or Decorative Traffic Signal standard detail 36 sheets for additional details. 37 b. Markings 38 1) All pole shafts and mast arms for this project shall be marked with the 39 identification numbers from the drawings to facilitate assembly of these 40 items in the field. 41 2) For Projects with multiple intersections, the pole shafts and mast arms shall 42 be identified by intersection. 43 c. Vibration dampers 44 1) Steel mast arms ranging above 28 feet in length shall be provided with 45 aluminum vibration dampers. 46 d. Structure Finish 47 1) Standard 48 34 41 10 - 69 TRAFFIC SIGNALS Page 69 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a) The traffic signal poles and mast arms shall be galvanized in 1 accordance to ASTM A123. Each component must be completely 2 coated in a single dip. No double dipping will be allowed. All 3 miscellaneous hardware shall be galvanized per ASTM A153. 4 2) Decorative 5 a) As shown in the plans. 6 e. High strength galvanized steel bolts 7 1) The allowable working stresses for A325 bolts shall be given in the 8 AASHTO Streetscape Structure Specifications for Structural Joints using 9 ASTM A3250-N or A490-N bolts. 10 f. Powder Coating 11 1) After galvanizing, the steel and aluminum products shall be blasted to an 12 SSPC-SP7 commercial blast. 13 2) All galvanized parts shall be pre-baked to ensure all gasses are released 14 from the coating surface prior to powder coating. 15 3) Finish with 1 coat of UMC super TGIC thermosetting powder coating 3-5 16 mils (D.F.T.) and baked in accordance with powder manufacturer’s 17 recommendations. 18 4) Top coating is electrostatically applied and oven baked at 400 degrees 19 Fahrenheit and cured for a minimum of 10 minutes. 20 5) Top coat color shall be black (RAL 9017) unless otherwise selected by the 21 City. 22 g. Terminal block 23 1) Terminal shall be Pelco 12-Circuit terminal block assembly, or approved 24 equal. Rated at 85 AMP 600V 25 h. Mast arm pole shaft 26 1) Each traffic signal mast arm pole shall be fabricated from a 1 piece high 27 strength steel sheet, and shall have no more than 2 longitudinal full length 28 high frequency resistance welded joints and no horizontal welded joints 29 except at the base of the pole. 30 2) Welds shall have a smooth and consistent external surface appearance. 31 3) All welds shall be performed by an American certified structural steel 32 welder. 33 4) Traffic signal poles shall have a uniform taper. 34 5) Poles shall have a minimum of 50,000 PSI yield strength. 35 6) Cold working the steel to attain the 50,000 PSI required yield strength is 36 not acceptable. 37 7) The certifications from the vendor on the steel must indicate a minimum of 38 50,000 PSI yield strength after fabrication. 39 i. Mast arm 40 1) Each traffic signal mast arm shall be constructed from a 1 piece high 41 strength, steel sheet with guaranteed minimum yield strength of 50,000 42 PSI. 43 2) Arms over 40 feet may be 2 piece but shall arrive at the Site and City yard 44 as welded 1 piece. 45 3) The certifications from the vendor on the steel must indicate a minimum of 46 50,000 PSI yield strength after fabrication. 47 4) Cold working the steel to attain the 50,000 PSI required yield strength is 48 not acceptable. 49 34 41 10 - 70 TRAFFIC SIGNALS Page 70 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 5) Mast arms shall have no more than 2 longitudinal full length high 1 frequency resistance welded joints. 2 6) Welds shall have a smooth and consistent external surface appearance. 3 7) All mast arms shall have a uniform taper. 4 j. Luminaire Arm 5 1) Luminaire arms shall be fabricated in accordance with the Drawings. 6 k. Pedestal Structures 7 1) Pedestal structures for mounting pedestrian signals or median-mount traffic 8 signals shall be furnished with a transformer base, pole cap, and all 9 necessary hardware for proper installation. 10 2) Height of pole shall be set in the Drawings, but shall not exceed 15 feet. 11 l. All other hardware necessary for complete installation of traffic signal 12 structures, i.e., simplex plates, pole caps, transformer bases, anchor bolts, etc. 13 shall be hot dipped galvanized and conform to the design, dimension, and 14 strength requirements of said items as indicated on the Drawings. 15 m. All hardware shall be packed on a per pole basis. 16 16. Foundations 17 a. All foundations shall be built in accordance with Section 03 30 00 and the 18 requirements stated in the Drawings. 19 17. Hardware Signal Pole Paint 20 a. Primer coating shall be Kwal Paint #5810 G-Prime Premium Acrylic Universal 21 Primer or approved equivalent. This is a 100 percent acrylic primer for all 22 types of surfaces, including galvanized finishes. 23 b. Finish coating 24 1) The flat finish coat shall be Kwal paint #6300 Accupro 100 percent Acrylic 25 Exterior Flat Finish or approved equivalent. This is a 100 percent acrylic 26 finish that is durable and chalk resistant. 27 2) The semi-gloss finish coat shall be Kwal paint #3910 Accupro 100 percent 28 Acrylic Exterior Semi-Gloss Finish or approved equivalent. This is a 100 29 percent acrylic finish that is durable and chalk resistant. 30 c. Finish coat colors that are permissible within the City include: 31 1) Black: RAL #9017 32 2) Pure aluminum 33 3) Arch brown: RAL #8019 34 18. Signal Controller 35 a. The traffic signal controller shall be Intelight ATC controller or approved 36 equivalent, and shall meet the specifications as shown in Specification 37 Attachment “B”. 38 b. Traffic signal controller shall be capable of running latest version of Intelight’s 39 Maxtime controller software and shall meet the following specifications as 40 shown in Specification Attachment “C”. 41 19. Controller Cabinet Assembly 42 a. The traffic signal controller cabinet shall be McCain ATC type cabinet, or 43 approved equivalent, and shall meet the specifications as shown in 44 Specification Attachment “A”. 45 20. Roadside Flashing Beacon Assembly 46 a. Provide flasher control assembly in accordance with TxDOT DMS 11160, 47 “Flasher Control Assembly.” 48 34 41 10 - 71 TRAFFIC SIGNALS Page 71 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 b. Provide pedestal pole bases in accordance with TxDOT DMS-11140, “Pedestal 1 Pole Base.” 2 c. When shown on Drawings, provide solar powered flasher controller assemblies 3 in accordance with TxDOT DMS 11150, “Solar Power Flasher Controller 4 Assembly.” 5 21. School Zone Flasher Assembly 6 a. Reverse flashing beacons shall be installed on the back side of traffic signal 7 mast arms at signalized intersections within the school zone. 8 b. Cabinet 9 1) The cabinet shall have a hinged panel for mounting the time switch, the 10 flasher and interface board, and the solar regulator. This hinged panel shall 11 be in front of the battery compartment. The cabinet shall be designed to 12 mount a time switch with dimensions of 10 3/8"h x 4 7/8"w x 4"d with the 13 CPC connector. 14 2) The cabinet shall be fabricated of .125 inch sheet aluminum. The cabinet 15 shall be weatherproof using a neoprene gasket and shall be supplied with a 16 standard #2 Corbin lock and key. The cabinet shall be of sufficient size to 17 house one (1) 100-amp hour battery. The outside dimensions of the 18 cabinet shall be a minimum of 17"h x 18.5"w x 14.75"d. The outside of 19 the cabinet shall be the natural aluminum finish. 20 3) The cabinet shall have a rain flap designed to cover the top of the cabinet 21 door. The rain flap shall extend the width of the cabinet and shall be 1.75” 22 deep. The rain flap shall have a slight down angle and extend past the door 23 of the cabinet when the door is closed to allow rain water to drip past the 24 opening of the cabinet door. 25 4) In order to allow battery gasses to escape, the cabinet shall be equipped 26 with vents on the left and right side of the cabinet. The vents shall be 27 covered on the inside of the cabinet with a screen to prevent insects and 28 other debris from entering the cabinet. The battery compartment shall have 29 1/2" foam on bottom, sides and back to properly insulate the battery. The 30 battery compartment shall be of sufficient size to house one (1) 100-amp 31 hour (Group 31) battery. 32 5) The flasher cabinet shall be supplied with appropriate hardware for 33 mounting to a 4 1/2" o. d. pedestal pole using Pelco SE-1100. 34 c. Flasher and Interface Circuit Board 35 1) The flasher cabinet assembly shall include a flasher and interface board. A 36 two (2) circuit 12VDC flasher shall be integral to the flasher and interface 37 board. The flasher shall be of all solid state construction and shall be rated 38 at a minimum of 6.0 Amps per circuit. The flasher shall utilize zero-39 voltage turn-on and turn-off of current thus eliminating electromagnetic 40 interference. 41 2) The flasher and interface board shall have two terminal blocks for 42 connecting the wiring of the cabinet. Barrier type terminal blocks shall be 43 used to terminate all wires. The terminal blocks shall terminate the 44 following functions: 45 1. Solar Panel + 1. Time switch relay common 46 2. Solar Panel - 2. Time Switch relay normally open 47 3. Battery + 3. DC + power to time switch 48 4. Battery - 4. DC – to time switch 49 34 41 10 - 72 TRAFFIC SIGNALS Page 72 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 5. Confirmation light + 1 6. Confirmation light - 2 7. Load-1 from the flasher 3 8. Load-2 from the flasher 4 9. DC common from flasher 5 10. DC common from flasher 6 3) The above functions shall be clearly silk screened on the circuit board 7 adjacent to the appropriate terminal. 8 4) The flasher and interface board shall be pre-wired for connection to a solar 9 regulator. The wires connecting the flasher and interface board to the solar 10 regulator shall be a minimum of 16AWG and shall be permanently 11 soldered to the flasher and interface board. 12 5) The flasher and interface board shall be pre-wired with a 16-position, CPC 13 type, quick disconnect connector to accommodate a time switch. The time 14 switch connector shall be wired as follows: 15 Pin 4: Relay common 16 Pin 10: Relay normally open 17 Pin 13: DC common 18 Pin 15: DC + 19 6) The flasher and interface board shall include 3 separate fuses to protect the 20 solar array, the battery and the load. The fuses shall be easily replaceable 21 from the front of the board with the use of a standard fuse removal tool. 22 7) It shall be possible to configure the flasher and interface board to operate 23 as a 24 hour flasher with the use of standard tools. 24 8) The flasher cabinet shall be supplied with appropriate hardware for 25 mounting to a 4 1/2" o. d. pedestal pole using Pelco SE-1100. 26 d. Battery 27 1) Group 31 28 a) Each battery shall be Valve-Regulated, Gelled -Electrolyte, with a 29 nominal voltage of 12 volts and rated at 108Ah (100 hour test method). 30 Each battery shall conform to the following: 31 (1) Operating temperature range: -76°F (-60°C) to 140°F (60°C) 32 (2) Resistance: 4.0 Milliohms full charge 33 (3) Plate Alloy: Lead Calcium 34 (4) Vents: Pressure relief self-sealing (2PSI operation) vents 35 permanently attached 36 (5) Case: Polypropylene 37 (6) Terminals: Forged with opening for ¼” bolt 38 (7) Maximum size: L-13.0” x W-7” x H-9.75” 39 (8) Weight: 69.5 lbs. 40 (9) Non-Spillable: ICAO, IATA & DOT standards 41 (10) Group Size Rating: Group 31 42 (11) Cycle Life vs. DOD: 5000 or greater @ +25°C (77°F) BCI 2-43 Hour Capacity 44 2) Group 22 45 a) Each battery shall be Valve-Regulated, Gelled-Electrolyte, with a 46 nominal voltage of 12 volts and rated at 58.2Ah (100 hour test 47 method). Each battery shall conform to the following: 48 (1) Operating Temperature Range: -76°F (-60°C) to 140°F (60°C) 49 (2) Resistance: 4.0 Milliohms full charge 50 34 41 10 - 73 TRAFFIC SIGNALS Page 73 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (3) Plate Alloy: Lead Calcium 1 (4) Vents: Pressure relief self-sealing (2PSI operation) vents 2 permanently attached 3 (5) Case: Polypropylene 4 (6) Terminals: Forged with opening for 1/4" bolt 5 (7) Maximum Size: L-9.38" x W-5.5" x H-9.25" 6 (8) Weight: 37.0 lbs. 7 (9) Non-Spillable: ICAO, IATA & DOT Standards 8 (10) Group Size Rating: Group 22 9 (11) Cycle Life vs. DOD: 5000 or greater @ +20°C (77°F) BCI 2-10 Hour Capacity 11 e. Photovoltaic Controller (Solar Regulator/Charger) 12 1) The flasher cabinet shall include a Photovoltaic Controller (Solar 13 Regulator/Charger) that uses Pulse Width Modulation (PWM) type 14 technology. The PWM controller shall be 100% solid state and be 15 designed for use as a battery charge regulator in photovoltaic (solar) energy 16 systems. 17 2) The PWM controller will allow maximum solar panel current to flow into 18 the battery throughout the battery charge cycle and once full charge is 19 reached; the regulator will continually allow small current pulses to 20 maintain a full charge. The PWM type controller shall allow a true 0 to 21 100% duty charging cycle without having over-current to the battery. 22 3) The photovoltaic controller shall have terminals to accept up to 10AWG 23 wire. 24 4) The solar regulator shall have the following LED status indications: 25 26 Charging Status LED 27 Color Indication Operating State 28 None Flickers “on” Night (LED flickers every 5 sec) 29 Green Solid: flickers “off” Charging (LED flickers every 5 sec) 30 Red Flashing Error 31 -Solar array current too high disconnect 32 -High Voltage disconnect 33 -High temperature disconnect 34 Red Solid: flicker “off” Critical error 35 -Temp sensor damaged (for battery 36 charging) 37 -Heat sink temp damage (for internal 38 heat level) 39 -MOSFIT damage 40 -Firmware error 41 Battery Status LEDs (3) 42 Led Indication Battery Status Load Status 43 Green 2 flash per sec Full Battery (N/U for Gel Cell) Regulator “LOAD” output good 44 Green 1 flash per second Final stage of charge Regulator “LOAD” output good 45 Green Solid Battery nearly full charge Regulator “LOAD” output good 46 Green 1 flash per 2 seconds maintaining full charge Regulator “LOAD” output good 47 Yellow Solid Battery half full state Regulator “LOAD” output good 48 Red 1 flash per second Battery low “LOAD” good near disconnect 49 Red Solid Battery state critical Low Voltage Disconnect (LVD) 50 (No Field Indications) 51 LVD occurs at 11.5 VDC 52 34 41 10 - 74 TRAFFIC SIGNALS Page 74 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 Reconnects “LOAD” at 12.6 VDC 1 5) Amperage Rating 2 a) The amperage rating of the solar regulator shall be a minimum of 3 125% greater than the amperage supplied by the solar array. 4 b) The solar regulator shall be configurable to work with both sealed and 5 flooded batteries. It shall be possible to switch between sealed and 6 flooded with the use of simple tools or by use of switch setting. 7 c) Operating temperature: -40 to 60° (C) 8 f. Time Switch 9 1) This specification sets forth the minimum acceptable design requirements 10 for a two (2) circuit solid state time switch. It is intended for use in 11 industrial applications and traffic control systems, and shall be of all solid 12 state construction except for the 2 relay outputs. All components shall be 13 made available to the purchaser for servicing for five years after expiration 14 of the manufacturer's warranty, or shall be so identified that they may be 15 purchased from industrial electronics suppliers. The time switch shall use 16 day plan programming with the annual exception method for ease of 17 programming. 18 2) Physical 19 a) The time switch shall be equipped with a means for mounting to a 20 suitable back plane. Mounting holes that provide clearance for at least 21 a No. 10 screw will be acceptable. 22 b) The time switch shall not exceed 8 3/8"h x 4 7/8"w x 2"d without 23 harness and 10 3/8"h x 4 7/8"w x 2"d with harness. A case shall be 24 provided to protect the time switch circuitry from dust. The unit shall 25 fasten securely to the case and must be easily removable from the case 26 with the use of simple tools. 27 c) Interface to the power source (AC or DC) and to the controlled device 28 shall be provided by means of a quick disconnect connector with a 48" 29 mating harness. The AC and DC power inputs shall be protected with 30 a fuse and MOV. 31 3) Power Supply and Timing 32 a) The time switch shall operate on either 12 Volt DC +/-2VDC or an AC 33 power source between 95 and 135 VAC and from -30 to +74 degrees 34 C. 35 b) The AC & DC power supply shall be an integral part of the time switch 36 circuit board for operation in AC powered or solar DC powered 37 systems. A separate 12VDC power supply module, similar to those 38 used for calculators and battery chargers, is not acceptable. 39 c) No time shall be gained or lost during changeover from AC power to 40 the back-up system and back to AC power. 41 4) Programming 42 a) All programming shall be accomplished via a 16 key positive action 43 push button keyboard which is an integral part of the unit. Prompt 44 messages shall be displayed during the programming process to guide 45 the operator as the data is being entered. 46 b) The time of day shall be able to be set to one second. 47 34 41 10 - 75 TRAFFIC SIGNALS Page 75 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 c) Time of day, day of week, date, year and the operation of the 2 relay 1 outputs shall be able to be easily set from the integral keyboard. The 2 functions of the keys shall be clearly marked on the keypad. Prompt 3 messages shall be displayed during the programming process to guide 4 the operator as the data is being entered. All data required to properly 5 set and program the unit and review the stored program shall be clearly 6 displayed without the use of auxiliary devices. 7 d) Changeover from standard time to daylight savings time or vice versa 8 shall be accomplished automatically. The operator shall have the 9 capability of entering the daylight savings time information from the 10 keyboard thus eliminating the need for a PROM change should the 11 current U.S. law change. The daylight savings time feature shall be 12 able to be defeated from the keyboard. Leap year compensation shall 13 be automatic. 14 e) When the user is programming the unit, the display shall provide for 15 verification of each piece of data prior to its being entered. Provision 16 shall be made for correction of any incorrect data prior to entering it. It 17 shall be possible to alter any individual program step without 18 disturbing any other step in the program. 19 f) When an instruction is given to turn the output/s on or off, that 20 instruction time shall be able to be set to one minute, and the change 21 shall take place at the zero second of that minute. 22 g) A set of clear operating instructions shall be furnished with each time 23 switch. 24 h) A software package shall be available that will allow the operator to 25 upload programming and download programming to the time switch 26 from a table top central computer or laptop. The programming shall 27 include all day plans, week plan, annual plans and a unique name 28 assigned by the operator. The software shall be able to store the 29 programming for an unlimited number of time switches. 30 5) Day Plan Programming 31 a) Each time switch shall have ten (10) day plans. One of the Day Plans 32 shall be used for holidays throughout the school year. The other nine 33 Day Plans shall be capable of programming 16 program steps per plan. 34 Each day plan program step shall include the following: 35 (1) Time of day in: Hours, Minutes, AM or PM 36 (2) ON/OFF Commands: ON, OFF 37 b) One day plan shall be reserved for programming a normal school day 38 and the other 8 day plans are programmed for any school flasher 39 schedule other than the normal school day such as an early out 40 schedule. 41 c) Means shall be provided to allow the operator to clear the 42 programming of a single Day Plan or all of the Day Plans by simple 43 keystrokes. 44 6) Week Plan Programming 45 34 41 10 - 76 TRAFFIC SIGNALS Page 76 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a) Each time switch shall have a Week Plan. The Week Plan is the 1 normal Monday through Friday school program. The time switch shall 2 automatically assign Saturday and Sunday to no Day Plan, and 3 Monday through Friday to the Normal Day Plan. The operator shall 4 have the ability to reprogram any day of week in the Week Plan to any 5 other Day Plan. 6 7) Annual Plan Programming 7 a) The time switch shall be capable of executing thirty-six (36) separate 8 Annual Plans. The Annual Plan programming shall use the exception 9 day method where the time switch automatically runs its Week Plan 10 until an Annual Plan program instructs it to run a different day plan. 11 b) Programming for the Annual Plans shall be accomplished through the 12 integral keyboard. Each Annual Plan shall be programmed by entering 13 a Day Plan number and the beginning date (month/date/year) and the 14 ending date for which the time switch is to run that Day Plan. The 15 time switch shall be capable of running a Day Plan as short as one (1) 16 day or as long as six (6) months. It shall be possible to begin an 17 Annual Plan in one calendar year and end that same Annual Plan in the 18 next consecutive year. 19 c) It shall not be necessary to enter the Annual Plans in chronological 20 order. 21 d) Means shall be provided to allow the operator to clear all of the data in 22 the Annual Plans without affecting the operation of the time switch. 23 e) A means shall be provided to review the Annual Plans without 24 affecting the normal operation of the time switch. The display shall 25 include the Annual Plan number, the Day Plan number, and the 26 beginning and ending dates. 27 8) Program Transfer 28 a) It shall be possible to program any time switch, and transfer that 29 program to any other like time switch by means of a simple unit-to-unit 30 cable. Upon completion of the program transfer, an electronic check 31 shall be activated to insure an accurate transfer of data. In the event an 32 invalid transfer occurs, an error message shall be displayed alerting the 33 operator. The transfer cable connection shall be accessible from the 34 front of the time switch. 35 9) Manual Operation 36 a) The time switch shall have the capability of manually turning on or off 37 the two relay outputs from the integral keyboard. The manual 38 operation shall remain in effect until the next valid program step 39 occurs. At that point the time switch will release from manual control 40 and revert to its internal program. 41 b) The main display of the time switch shall indicate when the unit is 42 under manual control. 43 10) Display 44 a) Integral with the time switch shall be an easy to read, 2 line, 16 45 characters per line, alphanumeric Liquid Crystal Display (LCD). This 46 display shall provide a clear indication of the time of day 47 (HH:MM:SS), AM or PM, day of week, date (MM/DD/YY) and the 48 status of the output relays. Time shall be entered on a 12 hour format 49 with a clear indication of AM or PM. 50 34 41 10 - 77 TRAFFIC SIGNALS Page 77 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 b) The operator shall be able to display the current status of the time 1 switch with simple keystrokes. This status screen shall include which 2 Day Plan and Annual Plan numbers are in effect. 3 c) A means shall be provided to review the program in the unit's memory, 4 and such means shall be integral with the time switch. Such program 5 review shall not affect the current operation of the time switch. 6 11) Back-up System 7 a) A means shall be provided to maintain timekeeping when the line 8 power source (115VAC) is not available. This back-up system shall 9 maintain timekeeping for not less than 7 years at 25C. Upon 10 resumption of the line power, the unit shall automatically resume 11 normal operation. 12 b) A means shall be provided to maintain the time switch program when 13 the line power source (115VAC) is not available. This back-up system 14 shall maintain all programmed steps intact for not less than 7 years at 15 25C. Upon resumption of the line power, the unit shall automatically 16 resume normal operation. 17 c) Should the timekeeping or the program of the time switch be erased 18 during an AC power outage, the unit shall display an indication of the 19 loss. The display shall be an easy to read LCD and shall be able to be 20 reset from the integral keyboard. 21 d) When the time switch is operating on the back-up system, the displays 22 shall be blanked and the output disabled to conserve back-up power. 23 12) Outputs 24 a) The time switch shall have two (2) single-pole, double-throw relay 25 output with a contact rating of at least 15 amps at 115 VAC resistive 26 load. 27 g. 12” Polycarbonate Traffic Signal Head 28 1) The purpose of this specification is to set forth minimum design and 29 operating requirements for a 12" adjustable face polycarbonate traffic 30 signal head which can house a 12” 12VDC LED. 31 2) General 32 a) The performance of each signal shall conform to the standard for 33 Adjustable Face Vehicular Traffic Control Signal Head, Technical 34 Report No. 1, of the Institute of Transportation Engineers, as most 35 recently revised. 36 b) The signal shall be sectional in construction, requiring one lens per 37 section. Sections shall be of such design and construction as to fit 38 together rigidly and securely, to prevent the entrance of dirt or 39 moisture and prevent the rotation of misalignment of the individual 40 sections. 41 3) Housing 42 a) The housing for the individual sections shall be injection molded from 43 ultraviolet and heat stabilized flame retardant permanently colored 44 polycarbonate resins. 45 b) All parts shall be clean, smooth, and free from flaws, cracks, 46 blowholes, and other imperfections. 47 c) The top and bottom of each section shall be molded with a 5 serrated 48 boss and reinforcing ribs. 49 34 41 10 - 78 TRAFFIC SIGNALS Page 78 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 d) Openings in the top and bottom of the signal shall accommodate 1 standard bracket arms. 2 e) A cast boss shall be provided for mounting a 5 or 6 position terminal 3 strip. 4 4) Door 5 a) The doors for each section shall also be injection molded from similar 6 material to that used for the main section housing. 7 b) Two integrated hinge lugs shall be mounted to the housing with two 8 stainless steel hinge pins. 9 c) Positive latching shall be achieved with stainless steel eyebolts and 10 wingnut assemblies. 11 d) The inside of the door shall have a groove to accommodate a pliant 12 gasket resulting in a completely weatherproof and dustproof assembly 13 when the door is in the closed position. 14 e) The door shall be equipped with four metal threaded inserts molded in 15 for added strength to the visor attachment screws. 16 5) Visor 17 a) All signal head shall have a tunnel visor for each section. 18 b) The visor shall be one piece made of molded permanently colored 19 polycarbonate resins and have twist-on attaching ears. 20 6) Hardware 21 a) All screws, latching bolts, and hinge pins shall be 300 series stainless 22 steel to prohibit rust and corrosion. 23 7) Terminal Block 24 a) The traffic signal shall be equipped with a 2 or 3 section #12 terminal 25 barrier strip; one side with a quick disconnect terminal for socket leads. 26 The opposite set of terminals with a screw clamp terminal for field 27 wiring. 28 8) Signal Closure Kit 29 a) A signal closure kit will be furnished with each signal head unless 30 otherwise noted. The closer kit shall be designed to seal the signal 31 head at either top or bottom without use of special tools. The closer 32 cap shall be molded ABS plastic having the same color as the signal 33 head with UV stabilizers and having a durometer neoprene gasket. 34 The adapter bar used to secure the closure kit to the head shall 35 compensate for varying thickness of the signal heads. Two screws 36 shall be provided to fit any manufacturers signal. 37 h. Signal Mounting Hardware 38 1) The purpose of this specification is to set forth minimum design and 39 specification requirements for a signal mounting bracket assembly to attach 40 an 8" & 12" polycarbonate traffic signal head to a 4 1/2" pole. 41 2) Materials 42 a) The bracket shall consist of a hollow aluminum cast arm with circular 43 tri-bolt signal centering bosses, drilled and tapped 1/4" x 20 for 44 attachment of a traffic signal head and on pole end cast openings for 45 3/8" U-bolt. 46 b) All associated hardware needed to attach signal head to a 4 1/2" pole 47 shall be supplied with the bracket. 48 c) No special tools required. 49 d) The hollow aluminum arm shall have a 1 1/2" wire raceway. 50 34 41 10 - 79 TRAFFIC SIGNALS Page 79 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 e) The casting shall be free of voids, pits, dents, molding sand and 1 excessive foundry grinding marks. 2 f) The exterior finish shall be free of molding fins, cracks and other 3 blemishes. 4 g) All design radii shall be smooth and intact. 5 h) Minimum aluminum ingot requirements: 6 (1) Aluminum alloy: 319 7 (2) Yield strength: 18 8 (3) Tensile strength: 27 9 (4) Brinell hardness: 75 10 (5) Elongation (% in 2”): 2% 11 3) Finish 12 a) Bracket arm: alodine finish 13 b) Hardware: zinc di-chromate 14 i. Pedestal Base 15 1) The pedestal base shall be 13 3/4" square and 15" high. 16 2) The base shall be cast aluminum with natural finish and minimum weight 17 of 20 lbs. 18 3) The pedestal base shall be fabricated from new aluminum billet with the 19 following minimum requirements: 20 a) Aluminum alloy: 319 21 b) Tensile strength, KSI: 34 22 c) Yield strength, KSI: 19 23 d) Elongation (% in 2"): 2.5 24 e) Brinell hardness: 85 25 f) Shearing strength, KSI: 23 26 4) No scrap material shall be used in the fabrication process. 27 5) The pedestal base shall be free of voids, pits, molding sand and excessive 28 foundry grinding marks. 29 6) All design radii shall be smooth and intact. 30 7) The top of the pedestal base shall be threaded to receive a 4" NPT pedestal 31 pole. 32 8) The pedestal base shall be designed to be fastened to a concrete foundation 33 by means of 3/4" anchor bolts located 90 degrees apart on the bottom of 34 the base. 35 9) The base shall have slots in the bottom 1 1/2" wide and 2 1/2" long 36 measured along the circumference of the bolt circle, allowing a proper fit 37 even if the bolts are placed slightly off center. 38 10) The base shall accommodate bolt circles from 12" to 14 1/2". 39 11) Each pedestal base shall be supplied with a set of 4 anchor bolts, 3/4" 40 diameter by 18" length, galvanized per ASTM-A-572. Each anchor bolt 41 shall have a hex nut and flat washer. 42 12) The pedestal base shall have an 8 1/2" square door opening that is free of 43 burrs and sharp edges. 44 13) Each pedestal base shall be supplied with a removable 8 1/2" square door. 45 The door shall be attached to the base by using one socket button head 46 screw at the top and two injection molded lugs with slots at bottom. 47 14) The door shall be injection molded ABS plastic that is free of burrs and 48 sharp edges and shall conform to the following minimum requirements: 49 50 34 41 10 - 80 TRAFFIC SIGNALS Page 80 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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. 1 15) The door shall have reinforcing ribs and shall have an edge thickness of 2 .25" and a minimum thickness of .156". 3 16) The door shall contain a fire retardant meeting or exceeding Underwriters 4 Laboratories UL94 test H.B. and ultra-violet inhibitors and stabilizers for 5 protection against U.V. degradation. 6 17) The color of the door shall be gray aluminum tone. All surfaces shall be 7 flat and straight without blisters, buckling or warping. 8 j. Pedestal Pole 9 1) The pedestal pole shall be 15' in length. 10 2) The pedestal pole shall be extruded with the following minimum 11 requirements: 12 a) Aluminum alloy: 6063-T6 13 b) Tensile strength, KSI: 30 14 c) Yield strength, KSI: 25 15 d) Elongation: 10% 16 e) Minimum wall thickness: 0.237” 17 f) Outside diameter: 4.5” 18 3) The pedestal pole shall be threaded and deburred 4" on one end only per 19 NPT specification. 20 4) The pedestal pole shall have a rough surface texture consisting of a 21 uniform grain pattern that is perpendicular to the axis of the pole for the 22 full length of the pole. 23 5) The pedestal pole shall be free of heat discoloration, holes, ridges, cracks 24 or other surface defects. 25 k. Pole Reinforcing Collar 26 1) The reinforcing collar shall be designed to reinforce a pedestal pole at the 27 point where the threads enter the pedestal base. 28 2) The reinforcing collar shall be three piece cast aluminum with the 29 following minimum requirements: 30 a) Aluminum alloy: 319 31 b) Tensile strength, KSI: 27 32 c) Yield strength, KSI: 18 33 d) Elongation: 2 34 e) Brinell Hardness: 70 35 f) Finish: Alodine 1200 36 g) Minimum wall thickness: 5/8" 37 h) Minimum mounted height: 4 3/8" 38 3) The reinforcing collar shall clamp around the top of a pedestal base with 39 six (6) 5/16" socket head bolts. 40 4) Each reinforcing collar shall be supplied with a 5/16" x 3/4" roll pin for 41 holding the collar securely in place. The collar shall have an opening to be 42 used for drilling a pilot hole for the roll pin. 43 l. Anchor Bolts 44 34 41 10 - 81 TRAFFIC SIGNALS Page 81 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) A set of four (4) anchor bolts shall be furnished with four (4) washers and 1 four (4) hex nuts. 2 2) The anchor bolts shall be ¾” x 18” in length as measured from inside of the 3 bend to the threaded end of the anchor bolt. 4 3) The anchor bolt shall be threaded ¾”-10NC for a minimum length of 3-¼” 5 inches of thread. 6 4) The “L” bend shall be a minimum of 3 inches as measured from the inside 7 of the anchor bolt shaft to the end of the bend. 8 5) The anchor bolt material shall conform to ASTM A-529 Grade 50 9 specifications, with minimum yield strength of 50 KSI and minimum 10 tensile strength of 70 KSI. 11 6) The material shall be of domestic origin (manufactured in the USA). 12 7) The anchor bolt shall be hot dipped galvanized per ASTM A-153 their full 13 length and the threads brushed or rethreaded to remove any excess 14 galvanize on the threads. 15 8) The material for the hex nuts shall conform to ASTM A-563 Grade DH 16 specifications. 17 9) The nut shall be hot dipped galvanized per ASTM A-153 and rethreaded to 18 remove any excess galvanize on the threads. 19 10) The material for the washer shall conform to ASTM F-844 specifications. 20 11) The washer shall be hot dipped galvanized per ASTM A-153. 21 12) All galvanized runs, drips, icicles and bare spots shall be properly treated. 22 m. Cell Modem for 2-way communications with CPR2102 or AAP22 Time 23 Switch 24 1) Frequency Band 25 a) Hepta-band 850/900/AWS 1700/1900/2100 MHz 26 2) Physical 27 a) The cell modem shall be housed in an aluminum enclosure with a 28 means for mounting. A mounting bracket shall be supplied with each 29 modem for attaching to a time switch. 30 b) The cell modem shall not exceed 3.17” H (3.816” including 31 connectors) x 2.45” W x 1.16” D. The cell modem shall be 32 approximately 8.8 ounces in weight. 33 3) Connectors 34 a) The RF antenna connector shall be a SMA female and be marked 35 CELL. The serial connector shall be a DB9 female and the power shall 36 be a 2.5mm miniature screw-on connector and both will be located on 37 same end. 38 b) SIM (Subscriber Identification Module) shall be a Mini SIM. 39 4) Cable Harness 40 a) Each cell modem shall be supplied with a cable harness with the 41 appropriate connectors to connect the cell modem to the time switch. 42 The cable harness shall connect 12 VDC power, serial data in, serial 43 data out and ground from the time switch to the cell modem. The DC 44 power shall be supplied from the time switch over this cable harness. 45 5) Electrical 46 a) The cell modem shall be capable of operating on a DC power source 47 between +7 to +32 VDC and shall be designed to operate from -40 to 48 +85 degrees C. The unit must be powered directly from the time 49 switch. 50 34 41 10 - 82 TRAFFIC SIGNALS Page 82 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 b) A separate power supply module, similar to those used for calculators 1 and battery chargers, is not acceptable. 2 6) Antenna 3 a) Antenna configurations must be provided to insure a RSSI level 4 necessary for dependable communications to the remote unit. The 5 antenna required will be determined at the time of installation by 6 testing the signal strength at each individual location. Any necessary 7 cabling and mounting hardware will be provided. 8 b) An omni antenna and coax cable designed for the frequency band of 9 the cell network shall be supplied with the cell modem. The coax cable 10 shall be a minimum of 24” long with connectors necessary to connect 11 the antenna to the cell modem. The omni antenna shall have a nominal 12 impedance of 50 ohms and shall have a gain of 0 – 2 dB. 13 7) Indicators 14 a) The cell modem shall have LED indicators to display the following: 15 (1) Power-When the cell modem has power applied 16 (2) Tr- When the cell modem is in the process of transmitting data 17 (3) CD- When the cell modem has acquired connection to the cell 18 network 19 (4) LS- Link Status 20 (5) Signal- Signal strength 21 8) SIM Card 22 a) Each cell modem shall be equipped with a SIM card that is pre-23 provisioned by the supplier for data through a 3G service provider. 24 b) The cell modem shall have a slot designed for receiving the SIM card. 25 The slot shall be accessible from the outside of the cell modem 26 enclosure and shall hold the SIM card firmly in place. 27 9) Cell Modem Configuration 28 a) The cell modem shall have the ability to receive commands from the 29 central computer using standard modem “AT” commands. When an 30 AT command is received, the modem shall respond by sending the 31 appropriate response to the central computer. These commands shall 32 allow the operator to determine or execute the following: 33 (1) Unattended daily validation 34 (2) Relay status 35 (3) Low battery voltage 36 (4) Signal strength 37 (5) Last download 38 (6) Last power-up 39 (7) Data acquisition command for AP22 or CPR2102 from the time 40 switch 41 b) Each cell modem shall have a serial connector that is pre-configured to 42 work with Model CPR2102 and Model AP22 Time Switches. The pre-43 configuration of the serial port shall include the baud rate, data bits, 44 stop bit, parity and flow control. 45 22. Rectangular Rapid Flashing Beacon (RRFB) Assembly 46 a. Cabinet 47 34 41 10 - 83 TRAFFIC SIGNALS Page 83 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) The cabinet shall be manufactured of 0.125” sheet aluminum. Nominal 1 cabinet dimensions shall be 22” H x 12.0” W x 8.0” D. The cabinet shall be 2 a one (1) compartment type. The cabinet shall have screen covered louvers 3 on each side for ventilation. On the bottom of the cabinet there shall be two 4 screened insect proof drain holes. The cabinet shall be weather resistant, 5 providing a degree of protection from falling rain or sleet and shall be 6 undamaged by the formation of ice on the enclosure. 7 2) The cabinet door shall be a single unit with a continuous piano hinge 8 riveted to the door and the cabinet. The hinge shall be an A730S, 9 constructed with a 304 stainless steel hinge pin. The door shall incorporate 10 a neoprene gasket which forms a snug weather tight seal when the door is 11 closed. The door lock shall be a standard Police lock. 12 3) Each cabinet shall be equipped with a mounting bracket for 4.5” OD pole 13 mounting. All necessary hardware for proper mounting shall be included. 14 b. Control Panel 15 1) The systems electronic components including a solar charge controller, 16 solid state flasher, countdown timer and radio shall be mounted on a 17 modular control panel. The control panel shall mount in the cabinet using 18 standoffs and a self-retaining, spring loaded thumb screw for quick and 19 easy removal. The solar panel input, battery input and system load output 20 shall be fused for short circuit and overload protection and to provide ease 21 of system maintenance. 22 2) The solar panel, beacons and battery shall be connected to the control panel 23 through a main wiring harness via a circular pin connector (CPC). 24 3) Solar Charge Controller 25 a) The solar charge controller shall be fully automatic charger using four 26 stages of charging for rapid, efficient and safe battery charging. Stage 27 1: Full Charge, with 100% of available solar energy. Stage 2: Pulse-28 Width Modulation (PWM) constant voltage regulation to prevent 29 heating and excessive battery gassing. Stage 3: Float Charge, after 30 battery is fully recharged, reduces to a float or trickle charge with 31 transition dependent on battery history. Stage 4: Equalize Charge, a 32 boost charge that depends on elapsed time and battery history. 33 Flooded cells receive a vigorous equalization, sealed batteries a smaller 34 boost to bring uneven cells into balance and extend battery life. Gel 35 cells are not equalized. 36 b) The solar charge controller shall have a low voltage load disconnect 37 (LVD) of 11.4 VDC and shall automatically reconnect after LVD when 38 the voltage reaches 12.6 VDC. The charge controller shall have a high 39 voltage disconnect (HVD) of 15.3VDC. A liquid crystal display (LCD) 40 shall be provided on the front of the charge controller to display battery 41 voltage, solar charge current, and load current. In addition, colored 42 LED’s will indicate charging state and battery status. The green 43 charging LED shall be on when charging and off when not charging. 44 Battery status LED’s indicate battery state, showing a blinking green 45 LED during PWM charging, a solid green LED when battery is near 46 full charge, a solid amber LED indicating battery at middle capacity, 47 blinking red LED indicating low charge, or a solid red LED indicating 48 load disconnected (LVD). 49 34 41 10 - 84 TRAFFIC SIGNALS Page 84 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 c) A multifunction manual disconnect push button shall be provided to 1 allow disconnect of the Load or both Load and Solar. When the button 2 is pushed the red Led inside the button will light. In addition, the Load 3 of both the Load and Solar will display ‘OFF’ in the digital meter to 4 indicate the disconnected state. 5 d) The solar charge controller will be capable of operating in a 6 temperature range of -40 degrees C and +60 degrees C. 7 e) Wire terminations to the solar charge controller shall be accomplished 8 via Euro style terminations. 9 f) The solar charge controller shall be Morningstar Corporation’s Prostar 10 15 with LCD display or approved equal. 11 4) Solid State DC Flasher 12 a) The flasher shall be solid state, 2 circuit device which controls the wig-13 wag and rapid flashing sequence of the yellow indications on each side 14 and end of the RRFB. 15 b) The flasher shall allow an input voltage range of 11 to 25 VDC, 16 support a maximum power load of 50W per output and be capable of 17 operating in a temperature range of -40°C and +75° C. The flasher 18 shall be an ELTEC FS-2B or approved equal. 19 5) Countdown Timer 20 a) The countdown timer shall be a multi-function, multi-range, multi-21 voltage electronic timer with DPDT relay output and LED status 22 indicator. The timer shall operate upon system activation to control the 23 flash duration of the RRFB. The timer shall provide seven field 24 selectable ranges of timing providing 0.1s to 100h activation duration. 25 b) The timer shall conform to the following minimum specifications: 26 (1) Operating Voltage: 12VDC Nominal (10.2V – 14.4V) 27 (2) Max Power Consumption: 0.6W 28 (3) Repetition Accuracy: +/- 0.5% 29 (4) Operating Temp Range: -20° C to +60° 30 (5) Relay Output Rating: 10A – 250V 31 (6) Fixing: Plug-in Base: 11-pin 32 6) Wireless Communications 33 a) The units on each side of the road shall communicate wirelessly. No 34 trenching or boring is necessary. The radio transmitter and receiver 35 shall use Frequency Hopping Spread Spectrum (FHSS) technology to 36 ensure reliable data delivery within the unlicensed Industrial, Scientific 37 and Medical (ISM) band. 38 b) The communication system radios shall conform to the following 39 minimum specifications: 40 (1) Operating Voltage: 10VDC – 30VDC 41 (2) Operating Current: Typ - <100mA, Max – <200mA at 12VDC 42 (3) Operating Frequency: 900 MHz 43 (4) RF Transmit Power: 1 Watt 44 (5) Network Identification: MAC ID Binding 45 (6) Antenna Impedance: 50Ω 46 34 41 10 - 85 TRAFFIC SIGNALS Page 85 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 c) The initiation of the signal for the flashers to commence flashing will 1 be by pedestrian push button. Activation from pedestrian shall trigger 2 the system countdown timer to operate the crossing indications for the 3 programmed duration. Each time a pedestrian pushes a button, the 4 countdown timer will reset and repeat to the preset flashing beacon 5 cycle. 6 d) The wireless communication system must be an ELTEC 730247-GW 7 or an approved equal. 8 c. Solar Panel 9 1) The solar panel shall be constructed of high efficiency, multi-crystal silicon 10 solar cells that are laminated within a pottant of ethylene vinyl acetate 11 (EVA) and encapsulated between a tempered glass cover plate and a back 12 sheet. The entire laminate shall be secured within an anodized aluminum 13 frame for structural strength, ease of installation, and to protect the cells 14 from the most severe environmental conditions. The panel shall be self-15 cleaning, impact resistant, highly transmissive, tempered glass superstate. 16 The panel module frame shall be made of extruded, polymer coated 17 aluminum alloy or similar approved construction. The panel module 18 junction box shall be a UV resistant, weatherproof wire termination system 19 which handles #18 AWG - #8 AWG wiring. The typical wattage of the 20 solar panel shall be 40 watts. The appropriate wattage of the solar panel 21 shall be verified with a system sizing report based upon location and 22 specific system configuration and operating parameters. 23 2) A mounting rack for the solar panel shall be included with the solar panel. 24 The mounting rack shall mount to a 4 ½” OD pole. 25 d. Battery 26 1) The system battery shall be valve regulated, recombinant, starved 27 electrolyte, sealed lead acid absorbed glass mat (AGM) 12 volt DC battery. 28 The battery self-discharge rate shall be 1% per month or less (at 68 degrees 29 F). The battery will utilize T881 terminals. The positive terminal will be 30 covered with a rubber boot to protect the battery from accidental shorting. 31 The typical battery capacity shall be 55 amp-hours. The appropriate 32 battery size shall be verified with a system sizing report based upon 33 location and specific configuration and operating parameters. 34 e. Rectangular Rapid Flashing Beacon (RRFB) Light Bar 35 1) The RRFB shall comply with FHWA Interim Approval Memorandum 36 dated July 16, 2008 and all subsequent official interpretation letters 37 provided as clarification. The RRFB shall contain 5 rectangular rapid-38 flashing yellow indications; two on each side, and one in the end visible to 39 pedestrians in the cross walk. The indications facing the motorists shall be 40 approximately 5” wide by 2” high, and shall be yellow indications, Whelen 41 500 Series TIR6 50AA3ZCR, split lightheads featuring a six Super-LED 42 panel with a clear outer lens providing wide-angle visibility and high 43 intensity output. The LED used on the end of the light bar facing the 44 pedestrian shall be round. 45 2) Indications facing the motorists shall meet SAE J595 Class 1 peak 46 luminous output requirements. The vendor shall submit third party 47 certification of SAE J595 Class 1 compliance. 48 34 41 10 - 86 TRAFFIC SIGNALS Page 86 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 3) The RRFB flash pattern with be the WW+S (Wig-Wag plus Simultaneous) 1 as approved by the FHWA on July 25, 2014. The beacons shall flash at a 2 rate of 75 flashes per minute. 3 4) The RRFB housing shall be constructed of 0.125” brushed sheet 4 aluminum. The housing shall be powder coated Federal Yellow. 5 5) The RRFB will be assembled and wired as a unit. The unit’s two piece 6 housing shall include a keyed quick disconnect plug between the wiring 7 harness of each side to allow for ease of installation and maintenance. The 8 housing shall mount to 2-3/8” or 4-1/2” OD poles with integral universal 9 mounting bracket and a U-bolt. 10 f. Night Dimming 11 1) Automatic night dimming may be enabled on the RRFB FS-2B flasher. 12 The dimming function shall employ an external photocell to detect ambient 13 light. The flasher shall initiate the night dimming function when detected 14 light conditions reach the ambient light level as defined by the Federal 15 Aviation Administration (FAA). 16 g. Pole and Base 17 1) The pole shall be a schedule 40 spun aluminum 4” ID (4.5” OD) x 16’ H. 18 The base shall be an AASHTO Certified square aluminum breakaway base, 19 Pelco PB-5340 or equal. A set of 4 anchor bolts shall be provided. The 20 anchor bolts shall be ¾” x 16” and be similar to Pelco part number PB-21 5306. A two-piece aluminum pole collar assembly with standard stainless 22 steel fasteners shall be provided. 23 h. Signage 24 1) Two (2) W11-2 (36” x 36”) signs shall be provided for each pole location 25 and shall be mounted on each side of the pole just above the light bar. Two 26 (2) W16-7p (24” x 12”) shall be provided for each pole location. One left 27 pointing down arrow mounted below the light bar on one side and one right 28 pointing down arrow mounted below the light bar on the other side of the 29 pole. Signs shall be constructed using 3M diamond grade reflective 30 fluorescent yellow-green sheeting. 31 2) Back to back sign mounting hardware for mounting the signs on a 4.5” OD 32 pole shall be included. 33 i. Pedestrian Push Button 34 1) A pedestrian push button shall be provided to activate the flashing beacons. 35 The button shall be an ADA compliant push button with H-frame mount 36 incorporating a plaque on the push button reading ‘PUSH BUTTON TO 37 TURN ON WARNING LIGHTS’. 38 23. Louvered Back Plates 39 a. Material 40 1) Aluminum or acrylonitrile-butadiene-styrene (ABS). 41 2) One-piece for 3- and 4-section heads 42 3) Two-piece for 5-section heads 43 b. Finishes 44 1) Aluminum: powder coat 45 2) ABS, integrally molded 46 c. Color(s) 47 1) Face: flat black 48 2) Back: flat black 49 34 41 10 - 87 TRAFFIC SIGNALS Page 87 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 d. Optional reflective tape can be added to aluminum plates when called out for in 1 the plans or approved prior to installation. 2 e. Shall be vacuum formed. 3 f. Aluminum plates shall be louvered. 4 g. ABS sheet material shall conform to ASTM D1788. 5 24. Powder Coating Traffic Signal Structures 6 a. Powder Coating 7 1) After galvanizing, the steel and aluminum products shall be blasted to an 8 SSPC-SP7 commercial blast. 9 2) All galvanized parts shall be pre-baked to ensure all gasses are released 10 from the coating surface prior to powder coating. 11 3) Finish with 1 coat of UMC super TGIC thermosetting powder coating 3-5 12 mils (D.F.T.) and baked in accordance with powder manufacturer’s 13 recommendations. 14 4) Top coating is electrostatically applied and oven baked at 400 degrees 15 Fahrenheit and cured for a minimum of 10 minutes. 16 5) Top coat color shall be black (RAL 9017) unless otherwise selected by 17 the City. 18 b. Additional Color(s) 19 1) Cultural District Green 20 2) Downtown Bronze 21 3) Other colors may be approved by the City. 22 2.3 SOURCE QUALITY CONTROL 23 A. Battery back-up system 24 1. The City reserves the right to do testing on BBU systems to ensure Quality 25 Assurance on unit before installation and random sampling of units being provided 26 to the City. BBU systems that fail will be taken off the City’s Qualified Products 27 List. 28 2. The City testing procedures will check compliance with all the criteria of this 29 Specification Section including the following: 30 a. Event logging for fault/alarm conditions. 31 b. Demonstrated use of 1 or more of the operating methods described in this 32 Specification. 33 c. Testing of ability to power a 700W load for 4 hours, transfer to flash mode and 34 power a 300W load for 2 additional hours, at an ambient temperature of +25 35 degrees Celsius. 36 d. Testing of all components in environmental chamber (temperature ranges from 37 -30 degrees Celsius to +74 degrees Celsius) following NEMA TS2 2003 38 standards, section 2 and Advanced Transportation Controller (ATC) Standard, 39 Version 5.2b, Section 9. 40 3. Each BBU shall be manufactured in accordance with a written manufacturer’s 41 Quality Assurance program. The QA program shall include, as a minimum, 42 specific design and production QA procedures. 43 4. The Inverter manufacturer shall be ISO 9001or ISO 9002 certified. 44 34 41 10 - 88 TRAFFIC SIGNALS Page 88 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 5. The manufacturer, or an independent testing lab hired by the manufacturer, shall 1 perform qualification testing on BBU Systems offered to the City. Testing 2 procedures shall conform to testing procedures defined in the California 3 Department of Transportation’s Specification for Battery Backup System, Tees 4 Chapter 4, dated July 7, 2009. Testing data shall be submitted to the City for 5 review. 6 PART 3 - EXECUTION 7 3.1 EXAMINATION 8 A. Verification of Conditions 9 1. The Contractor shall verify by exploratory excavation, if needed, that existing 10 underground utilities are not in conflict with proposed foundations and conduit 11 bores. 12 a. All exploratory excavations shall be in accordance with Section 33 05 30. 13 3.2 PREPARATION 14 A. Protection of In-Place Conditions 15 1. The Contractor shall assume full responsibility for the preservation of existing 16 landscaping (sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private 17 property at the Site during the installation of the traffic signal. Damaged 18 landscaping, sprinkler systems, and/or other private property shall be replaced 19 within a reasonable time, by the Contractor at his own expense, to the satisfaction 20 of the Inspector. 21 2. No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 22 3. Removal of mail boxes in the way of construction requires 48 hours advance notice to 23 the post office. 24 3.3 INSTALLATION 25 A. Special Techniques 26 1. LED Vehicle and Pedestrian Signal Head Assemblies 27 a. Assembly 28 1) Assemble individual signal sections in multi-section faces in accordance 29 with the manufacturer’s recommendations to form a rigid signal face. 30 2) Assemble and mount signal heads as shown on the plans. 31 3) Close any openings in an assembled signal head with a plug of the same 32 material and color as the head. 33 4) Remove only the existing lens, reflector, and incandescent lamp when 34 installing a retrofit replacement LED traffic signal or pedestrian signal 35 lamp unit into an existing signal housing; fit the new unit securely in the 36 housing door; and connect the new housing unit to the existing electrical 37 wiring or terminal block by means of simple connectors. 38 b. Wiring 39 1) Wire each optical unit to the terminal block located in that signal section 40 by means of solderless wire connectors or binding screws and spade lugs. 41 2) Wire all sections of a multi-section signal face to the section terminal 42 blocks in which the traffic signal cable is terminated. 43 34 41 10 - 89 TRAFFIC SIGNALS Page 89 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 3) Maintain the color coding on leads from the individual optical units 1 throughout the signal head, except for the traffic signal cable. 2 4) Use solderless wire connectors or binding screws and spade lugs for 3 connections to terminal blocks. Use binding screws and spade lugs for field 4 wiring. 5 c. Signal and pedestrian heads shall be securely tightened immediately after 6 signal head assembly has been installed. 7 d. If any signal head assembly is found to be loose or asymmetrical in any 8 manner, the Contractor shall be required to remove and rebuild the signal head 9 assembly to the satisfaction of the Inspector. 10 e. The Contractor shall mount signal heads level and plumb. 11 f. The Contractor shall position and secure the signal heads so they are visible as 12 stipulated, in Section 4E.05 of the 2009 MUTCD. 13 g. All connection screws shall be tight and snug. 14 h. All signal heads or parts of heads not in operation shall be covered with burlap 15 or fabric material until placed into operation. 16 i. When the signal heads become operational, all existing heads no longer 17 required shall be removed immediately. 18 j. Pedestrian head assemblies installed such that the wiring to each head shall 19 pass from the mast arm through the signal head bracing or attachment hardware 20 to the signal head. 21 k. No exposed cable or wiring will be permitted. 22 l. Installation of a pedestrian signal retrofit module into an existing pedestrian 23 signal housing shall only require the removal of the existing optical unit 24 component, i.e., lens, lamp module, gaskets, and reflector; will be weather tight 25 and fit securely in the housing; and shall connect directly to existing electrical 26 wiring. 27 2. Pedestrian Push Button Assemblies 28 a. Meet the requirements of the TMUTCD when installing push-buttons. 29 b. Wire the push-button according to manufacturer’s installation instructions. 30 c. Close unused housing openings with a weather-tight closure painted to match 31 the housing. 32 d. Verify that each button is communicating and fully functional. 33 e. Do not use terminal connections or splice wire leads except at approved 34 locations. 35 f. Attach wires to terminal posts with solderless terminals unless otherwise 36 advised by manufacturer’s recommendations. 37 g. Attach terminals to the wires with a ratchet-type compression crimping tool 38 properly sized to the wire. 39 h. Mount a pedestrian push button sign near each push button as shown on the 40 plans. 41 3. Accessible Pedestrian Signals (APS) 42 a. If a controller unit is required by the plans, integrate the pedestrian controller 43 unit into the traffic signal controller cabinet assembly. 44 b. Unless specified otherwise, wire the APS to the nearest terminal strip using 45 stranded No. 12 AWG XHHW wire with 600-volt insulation. 46 c. Do not use terminal connections or splice wire leads except in the hand holes 47 located in the signal pole shaft, in the signal pole base, or at locations approved 48 by the City. 49 34 41 10 - 90 TRAFFIC SIGNALS Page 90 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 d. Attach wires to terminal posts with solderless terminals. 1 e. Attach terminals to the wires with a ratchet-type compression crimping tool 2 properly sized to the wire. 3 f. Remove any burrs or rough edges on any holes drilled for wire entry to APS 4 pushbuttons. 5 g. Ensure pushbutton stations are mounted at the proper height and orientation. 6 h. Provide a neat workmanship in the installation of any wiring harnesses, control 7 units, wiring panels, push button stations. 8 i. Follow manufacturer’s recommendations regarding installation and 9 weatherproofing. 10 j. Documentation 11 1) Each APS shall be provided with the following documentation: 12 2) Complete and accurate installation wiring guide. 13 3) Contact name, address, and telephone number for the representative, 14 manufacturer, or distributor for warranty repair. 15 4) If requested supply schematics for all electronics. One schematic diagram 16 shall be provided for pushbutton stations, panels, central control units or 17 control units, along with any necessary installation instructions. 18 4. Radar Detection Equipment and Cable 19 a. Manufacturing 20 1) The internal electronics of the radar detector shall utilize automation for 21 surface mount assembly, and shall comply with the requirements set forth 22 in IPC-A-610C Class 2, Acceptability of Electronic Assemblies. 23 2) The radar detector shall undergo a rigorous sequence of operational testing 24 to ensure product functionality and reliability. Testing shall include the 25 following: 26 a) Functionality testing of all internal sub-assemblies 27 b) Unit level burn-in testing of duration 48 hours or greater 28 c) Final unit functionality testing prior to shipment 29 3) Test results and all associated data for the above testing shall be provided 30 for each purchased radar detector by serial number, upon request. 31 b. Configuration 32 1) Auto-Configuration 33 a) The radar detector shall have a method for automatically defining 34 traffic lanes, stop bars and zones without requiring user intervention. 35 This auto-configuration process shall execute on a processor internal to 36 the radar detector and shall not require an external PC or other 37 processor. 38 b) The auto-configuration process shall work under normal intersection 39 operation and traffic conditions and may require up to ten vehicles to 40 pass through each lane to complete. 41 2) Manual Configuration 42 a) The auto-configuration method shall not prohibit the ability of the user 43 to manually adjust the radar detector configuration. 44 b) The radar detector shall support the configuring of lanes, stop bars and 45 detection zones in 1-ft. (0.3-m) increments. 46 3) Windows Mobile™ - Based Software 47 34 41 10 - 91 TRAFFIC SIGNALS Page 91 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a) The radar detector shall include graphical user interface software that 1 displays all configured lanes and the current traffic pattern using a 2 graphical traffic representation. 3 b) The graphical interface shall operate on Windows Mobile, Windows 4 XP and Windows Vista in the .NET framework. 5 c) The software shall support the following functionality: 6 (1) Operate over a TCP/IP connection 7 (2) Give the operator the ability to save/back up the radar detector 8 configuration to a file or load/restore the radar detector 9 configuration from a file 10 (3) Allow the backed-up sensor configurations to be viewed and edited 11 (4) Provide zone and channel actuation display 12 (5) Provide a virtual connection option so that the software can be 13 used without connecting to an actual sensor 14 (6) Local or remote sensor firmware upgradability 15 c. Operating Conditions 16 1) The radar detector shall maintain 95% accuracy of performance in all 17 weather conditions, including rain, freezing rain, snow, wind, dust, fog and 18 changes in temperature and light, including direct light on sensor at dawn 19 and dusk. 20 2) The radar detector shall be capable of continuous operation over an 21 ambient temperature range of -40°F to 165.2°F (-40°C to 74°C). 22 3) The radar detector shall be capable of continuous operation over a relative 23 humidity range of 5% to 95% (noncondensing). 24 d. Testing 25 1) FCC 26 a) Each radar detector shall be Federal Communications Commission 27 (FCC) certified under CFR 47, Part 15, section 15.249 as an intentional 28 radiator. 29 b) The FCC certification shall be displayed on an external label on each 30 radar detector according to the rules set forth by the FCC. 31 c) The radar detector shall comply with FCC regulations under all 32 specified operating conditions and over the expected life of the 33 detector. 34 2) NEMA TS2-2003 Testing 35 a) The radar detector shall comply with the applicable standards stated in 36 the NEMA TS2-2003 Standard. Third party test results shall be made 37 available for each of the following tests: 38 (1) Shock pulses of 10g, 10 ms half sine wave 39 (2) Vibration of 0.5 Grms up to 30 Hz 40 (3) 300 V positive/negative pulses applied at one pulse per second at 41 minimum and maximum DC supply voltage 42 (4) Cold temperature storage at -49°F (-45°C) for 24 hours 43 (5) High temperature storage at 185°F (85°C) for 24 hours 44 (6) Low temp, low DC supply voltage at -29.2°F (-34°C) and 10.8 45 VDC 46 (7) Low temp, high DC supply voltage at -29.2°F (-34°C) and 26.5 47 VDC 48 (8) High temp, high DC supply voltage at 165.2°F (74°C) and 26.5 49 VDC 50 34 41 10 - 92 TRAFFIC SIGNALS Page 92 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 (9) High temp, low DC supply voltage at 165.2°F (74°C) and 10.8 1 VDC 2 e. Support 3 1) The radar detector manufacturer shall provide both training and technical 4 support services. 5 f. Documentation 6 1) Radar detector documentation shall include an instructional training guide 7 and a comprehensive user guide as well as an installer quick-reference 8 guide and a user quick-reference guide. 9 2) The radar detector manufacturer shall supply the following documentation 10 and test results at the time of the bid submittal: 11 a) FCC CFR 47 certification (frequency compliance) 12 b) IED 6100-4-5 class 4 test report (surge) 13 5. Hybrid Vehicle Detection System and Cable 14 a. The supplier of the video detection system must supervise the installation and 15 testing of the video and computer equipment. A factory certified representative 16 from the supplier must be on site during installation. 17 b. Install the detector in accordance with the manufacturer’s recommendations in 18 order to achieve the detection areas as shown on the Drawings. 19 c. The detector mounts shall be neat and plumb. 20 d. Hybrid detection cables shall be installed in the conduit system at the same 21 time as the other signal cables. 22 6. Vehicle Loop Detectors (Sawcut) 23 a. Detector lead-in cables shall be identified as shown on the Drawings (phase 1, 24 etc.) with permanent marking labels (Panduit type PLM, Thomas and Betts 25 type 548M standard single marker tie or equivalent) at each ground box, pole 26 base, and controller. 27 b. Complete all Work related to the installation of a particular detector loop, with 28 the exception of the layout task, in the same Work Day. Install loops during 29 off-peak traffic hours. Loop installation shall not be made during any type of 30 precipitation. 31 c. Installation of detector loops shall be in accordance with the Drawings. Lead-32 in saw cuts from the street to the pull box shall maintain a maximum separation 33 from other loops of 12 inches (500 mm) and a minimum separation of 6 inches 34 (150 mm) from other lead-in saw cuts. The saw cut depth, as specified in the 35 Drawings shall be consistent, including the entry point into the curb. The 36 maximum number of wires placed in a single saw slot shall be 4 wires. Each 37 lead-in shall enter the curb through a separate hole. 38 d. 3M Loop sealant or approved equivalent shall be used to seal all loop wire 39 within the roadway. 40 e. Detector lead-in cables shall be run continuously without splices from the 41 curbside ground box to the controller. 42 f. If splices must be made, they shall be solder connected and the splice 43 connection shall be insulated and waterproofed with 3M DBR-6 Direct Bury 44 Splice Kits or approved equivalent. 45 g. Splices at the curbside pull boxes shall be made in the same manner. 46 h. Splices in detector cables must be pre-approved by the Inspector in writing. 47 34 41 10 - 93 TRAFFIC SIGNALS Page 93 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 i. In all cases where detector loop lead-ins pass from pavement through a curb to 1 an existing ground box for a splice point, conduit shall be installed from the 2 curb entry point up into the ground box. 3 j. A minimum 1 inch diameter conduit shall be provided from the curb entry 4 point to the ground box for each loop. 5 k. All loop wire from the loop in the street to the ground box shall be tightly 6 twisted a minimum of 5 times per foot (16 times per meter) as it is placed in 7 the lead-in saw cut. 8 7. Emergency Vehicle Preemption Equipment and Cable 9 a. Emergency vehicle preemption system equipment required in the Drawings 10 will be furnished and installed by the Contractor. 11 b. Where practical, emergency vehicle preemption receiver units shall be 12 mounted to a rigid metal arm and banded to the mast arm pole upright on the 13 intersection corner designated on the Drawings. 14 c. The Inspector shall determine if the roadway sight line permits this type of 15 emergency vehicle preemption installation. 16 d. The emergency vehicle preemption receiver units shall be mounted on the mast 17 arms for the intersection approaches as designated on the Drawings. 18 e. Use stainless steel for all external screws, nuts, and locking washers; do not use 19 any self-tapping screws unless approved by the Engineer or City. 20 f. All equipment shall be installed and wired in a neat and orderly manner in 21 conformance with the manufacturers’ instructions. 22 g. Emergency Preemption Detector Cables shall be installed continuous with no 23 splices between the Emergency Preemption Detector and the cabinet. 24 h. All connections from the Emergency Preemption Phase Selector to the cabinet 25 wiring shall be made at the termination panel. The termination panel shall have 26 AC+ Lights, AC-, and a switched logic ground. The switched logic ground 27 feeds all the pre-empt inputs to the Emergency Preemption Phase Selector. 28 When switched off by the pre-emption disconnect switch, the traffic controller 29 shall not be affected by pre-empt calls from the optical pre-emption system. A 30 minimum of two test buttons shall be provided. If there are more than two pre-31 empt runs, a button for each shall be installed. A chart or print out, indicating 32 the program steps and settings shall be provided along with the revised cabinet 33 wiring diagrams. 34 8. Battery Back-up (BBU) System for Signal Cabinets 35 a. Mount the BBU system as shown in the plans. 36 9. Multi-Conductor Cable 37 a. Cables shall be installed in conduit unless indicated as an "overhead" cable run. 38 1) All conduits must be in accordance with Section 26 05 33. 39 2) Conduit must be continuous, reasonably dry, completely free of debris, and 40 without sharp projections, edges, or short bends. 41 b. If required by the Inspector, the Contractor shall demonstrate that the conduit is 42 dry and free of debris by pulling a swab and/or mandrel through the conduit. 43 The conductors shall be installed in a manner so as to ensure against harmful 44 stretching of the conductors or damage to the insulation. 45 c. Installation methods shall conform to the recommendations of the cable 46 manufacturer. 47 34 41 10 - 94 TRAFFIC SIGNALS Page 94 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 d. The Contractor shall furnish, at the request of the Traffic Management 1 Manager or designee a copy of the manufacturer's recommendations, which 2 shall include methods of attaching pull cable, pulling tension per conductor 3 size and per radius of conduit bend, and the type of lubricant to be used. 4 e. All cables in a given conduit run shall be pulled at the same time and the 5 conductors shall be assembled to form 1 loop in such a manner that the pulling 6 tension is equally distributed to all the cables. 7 f. Long, hard pulls will necessitate the use of pulling eyes. 8 g. For short runs, the cables may be gripped directly by the conductors by 9 forming them into a loop to which the pull wire or rope can be attached. 10 h. The insulation on each conductor shall be removed before the loop is formed. 11 i. The method used will depend on the anticipated maximum pulling tension in 12 each case. 13 j. In existing conduit where new cables are to replace existing cables, the existing 14 cables may be used to pull in the new cables. 15 k. At locations where new cables are to be added to existing cable runs, the 16 existing cables shall first be pulled out, the new cables are to be added to the 17 existing cables to form 1 cable pull (no slipping if any wires). 18 l. Installation and removal shall be done in such a way as to prevent damage to 19 the existing and/or new cables. 20 m. In the event of damage, the Contractor shall bear the responsibility of providing 21 the material and labor for replacement of defective cables at no extra cost to the 22 City. 23 n. All conduit runs shall be measured accurately and precisely for determining 24 cable lengths to be installed. 25 o. A conduit run measurements shall take place in the presence of the Inspector. 26 p. The Inspector shall record all cable measurements and include the distances on 27 an as-built drawing. 28 q. In locations where new cables are to replace existing cables, the Contractor 29 may use the removed cables as a measuring device to determine the lengths of 30 the new cables to be installed. 31 r. However, this does not relieve the Contractor of his responsibility to record 32 accurate measurements of all cable lengths. 33 s. The manufacturer's recommended maximum pulling tensions shall not be 34 exceeded under any circumstances. 35 t. If so required by the Inspector, the Contractor shall insert a dynamometer in the 36 pull wire as the cables are being pulled into the conduit to demonstrate that the 37 maximum tensions are not being exceeded. 38 u. The cable shall be fed freely off the reel into the conduit without making a 39 reverse curve. 40 v. At the pulling end, the pull wire and cables shall be drawn from the conduit in 41 direct line with the conduit. 42 w. Sheaves or other suitable devices shall be used as required to reduce any 43 hazards to the cable during installation. 44 x. The cables shall be adequately lubricated to reduce friction and further 45 minimize possible damage. 46 1) Such lubricants shall not be the grease or oil type used on lead sheathed 47 cables, but shall be 1 of several commercially available wire pulling 48 compounds that are suitable for PVC sheathed cables. 49 34 41 10 - 95 TRAFFIC SIGNALS Page 95 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 2) They shall consist of soap, talc, mica, or similar materials and shall be 1 designed to have no deleterious effect on the cables being used. 2 y. Cables shall be neatly trained to their destinations. 3 z. The Contractor shall adhere to the cable manufacturer's recommended values 4 for the minimum bending radii to which cables may be bent for permanent 5 training during installation. 6 1) These limits do not apply to conduit bends, sheaves, or other curved 7 surfaces around which these cables may be pulled under tension while 8 being installed. 9 2) Larger radius bends are required for such conditions. 10 aa. Wire and Cable 11 1) All wire and cable shall conform to the requirements shown in the 12 Drawings, except wire and cable specifically covered by other Items of this 13 Contract. 14 bb. Controller Cabinet Wiring 15 1) Wiring for the controller cabinet shall consist of connecting (1) signal 16 wires, (2) loop detector wires, (3) power wires, (4) ground wires, and (5) 17 pedestrian push button wires to their respective terminals in the cabinet. 18 2) In the controller cabinet, stranded signal conductors from the field shall be 19 stripped back and a solderless terminal connector (spade lug) shall be 20 attached by means of a crimping tool. 21 3) These terminal Connectors shall be inserted under the binder head screw 22 and tightened securely. 23 4) Other wiring for the controller shall be completed as shown on the wiring 24 diagrams and in the instructions furnished with the controller by the 25 manufacturer. 26 5) All field wiring in cabinets shall be neatly installed. Incoming cables shall 27 be trained to their destination and neatly laced together. 28 a) All spare wires shall be trimmed and neatly coiled with the ends taped. 29 b) Detector lead-in cables shall have their insulation jackets removed 30 from their terminal strip connection to the bottom of the cabinet. 31 6) Pedestrian push buttons shall have a ground wire that is completely 32 isolated and independent from all other ground wires. 33 a) This wire shall be connected to the designated terminal in the 34 controller cabinet. 35 b) A pedestrian isolation board shall be in place. 36 cc. Signal Head Wiring 37 1) No splicing of cable shall be allowed. 38 2) Conductors shall run as follows: 39 a) An unbroken 20-conductor cable and 1 bare #8 shall run from the 40 controller cabinet to each pole pier. 41 b) An unbroken 7 conductor, #14 AWG (or larger) cable shall run from 42 the signal pole base to each 5-section or 4-section signal head; an 43 unbroken 5 conductor, #14 AWG cable to each other 3-section; an 44 unbroken 4 conductor, #14 AWG cable to each pedestrian signal head. 45 3 conductor, #14 AWG (or larger) shall run to each pedestrian push 46 button or APS unit. 47 34 41 10 - 96 TRAFFIC SIGNALS Page 96 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 c) Each cable shall be identified as referenced on the pole wiring detail 1 sheet provided in the Drawings with permanent marking labels 2 (Panduit type PLM standard single marker tie, Thomas and Betts type 3 548M or equivalent) at each ground box, pole base and controller. 4 dd. Luminaire Wiring 5 1) 2 #8 cables shall run from service disconnect in parallel around the 6 intersection as on the Drawings. 7 2) Luminaire wiring connection may be made in the nearest ground box to the 8 traffic signal pole; such connection shall be placed in a water tight seal. 9 a) If more than 3 wires are splice together in the traffic signal cabinet then 10 a Kearney connector (or approved equivalent) shall be used as 11 required. 12 3) Run 2 #8 cables from terminal panel in signal pole to luminaire. 13 ee. Terminals 14 1) The ends of all stranded wires from the controller cabinet and from the 15 signal heads shall be twisted at least 3 turns and wire nut applied in the 16 base of the signal structure. 17 ff. Identification of Signal Wires and Cables 18 1) IMSA color coded signal cable shall be used for all signal systems. 19 a) Colors shall be continuous from the point of origin to the point of 20 termination. 21 2) Each signal cable, detector lead-in cable and communication cable shall be 22 designated with permanent marking labels or (Panduit type PLM, Thomas 23 and Betta type 548M standard single marker type or equivalent) and color 24 coded tape at each pull box and in the controller cabinet. 25 10. Power Lead-in Cable 26 a. Perform work in accordance with the details shown on the plans. 27 11. Ground Conductors 28 a. Perform work in accordance with the details shown on the plans. 29 12. Ground Rod 30 a. Properly install and connect a ground rod for each controller cabinet, power 31 drop and signal pole pier to reduce any extraneous voltage to a safe level. 32 b. The ground rod shall be located so as to minimize the length of the grounding-33 conductor run. 34 c. For pole mounted cabinets a grounding rod and grounding conductor shall be 35 installed at the nearest foundation or ground box. 36 d. All grounding circuits shall be substantial and permanent and shall be 37 electrically continuous with an ohms-to-ground resistance not to exceed 10 38 ohms when tested by volt-ohm-meter. 39 e. UFER grounding shall be used for illumination poles. 40 f. Grounding Connectors and Electrodes 41 1) When the location precludes driving a single ground rod to a depth of 8 42 feet (2.4 m), or when a multiple ground rod matrix is used to obtain the 43 required resistance to ground, ground rods shall be spaced at least 6 feet 44 apart and bonded by a minimum No. 6 AWG copper wire. 45 2) Connection of grounding circuits to grounding electrodes shall be by devices 46 which will ensure a positive, fail-safe grip between the conductor and the 47 electrode (such as lugs or pressure connectors). 48 a) No splice joint will be permitted in the grounding conductor. 49 34 41 10 - 97 TRAFFIC SIGNALS Page 97 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 3) Each grounding rod shall be driven into the ground to a depth sufficient to 1 provide the required resistance (10 ohms) between electrodes and ground. 2 13. Ground Boxes 3 a. Use established industry and utility safety practices when installing or 4 removing ground boxes located near underground utilities. Consult with the 5 appropriate utility company before beginning work. 6 b. Fabricate and install ground boxes in accordance with the details, dimensions, 7 and requirements shown on the plans. Install ground box to approved line and 8 grade. 9 c. Lube bolts, clean out cover rim, and clean ground box inside and out prior to 10 final inspection. 11 d. Removal 12 1) Remove existing ground boxes and concrete aprons to at least 6 in. below 13 the conduit level. Uncover conduit to a sufficient distance so that 90 degree 14 bends can be removed and conduit reconnected. Clean the conduit in 15 accordance with Item 618, “Conduit.” Replace conduit within 5 ft. of the 16 ground box. Remove old conductors and install new conductors as shown 17 on the plans. Backfill area with material equal in composition and density 18 to the surrounding area. Replace surfacing material with similar material to 19 an equivalent condition. 20 14. Traffic Signal Structures 21 a. The Contractor shall install all traffic signal structures in accordance with the 22 Drawings. 23 1) Deviation from the Drawings because of physical obstructions, such as 24 overhead utilities or in appropriate mast arm length to fit a relocated 25 foundation, shall be worked out with the Inspector and approved prior to 26 installation. 27 2) Stake the traffic signal pole locations for verification by the City. 28 b. Poles shall have nuts on top and bottom of the pole base plate. 29 1) Anchor bolts for mast arm signal poles shall be set so that 2 are in tension 30 and 2 are in compression. 31 2) The exposed length of the anchor bolt between the top of the foundation 32 and the bottom of the leveling nut should not exceed one bolt diameter. 33 c. The traffic signal pole heights and mast arm lengths shown on the Drawings 34 and in the material summary are to be used for bidding purposes only. 35 d. Prior to fabrication, the Contractor, in cooperation with the Inspector, shall 36 make field measurements to determine the actual pole height necessary to 37 ensure a vertical clearance of 17 feet minimum and 19 feet maximum from the 38 roadway surface to the bottom of the lowest point on the signal head assembly 39 or mast arm and to determine the mast arm lengths required to mount the traffic 40 signal heads over the traffic lanes. 41 1) The masts arms shall be straight and level in the area where the signal 42 heads are attached. 43 2) These field measurements and evaluations shall be determined from the 44 actual field location of the pole foundations, considering all above and 45 below ground utilities and the existing roadway elevations and lane widths. 46 e. Transformer bases for pedestal poles shall be leveled and tightly secured to the 47 foundation before the structure is placed on the base. 48 34 41 10 - 98 TRAFFIC SIGNALS Page 98 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 1) If shims are required for leveling, total shim height shall not exceed 1/2 1 inches. 2 2) Foundation anchor bolts shall extend a minimum of 1 inch through each 3 nut in the base. 4 f. Except as modified herein, erection of traffic signal structures shall be in 5 accordance with the applicable Specifications and standards of the AISC 6 Manual of Steel Construction. 7 1) Erecting equipment shall be suitable for the Work and shall be in proper 8 working condition. 9 2) Where parts cannot be assembled or fitted properly as a result of errors in 10 fabrication or deformation due to handling or transportation shall be 11 reported immediately to the Inspector. 12 3) Straightening of plates and angles or other shapes shall be done by 13 approval of the manufacturer. 14 4) No corrections will be allowed that will void the manufacturer's warranty. 15 5) A letter from the manufacturer approving the corrections shall be required 16 or the material may be rejected by the Inspector. 17 g. Use established industry and utility safety practices when working near 18 underground or overhead utilities. Consult with the appropriate utility 19 company before beginning such work. 20 h. Erect structures after foundation concrete has attained its design strength. 21 i. The steel structure frame shall be lifted as shown in the manufacturer's 22 specifications and all match marking shall be followed. 23 1) Temporary bracing shall be used wherever necessary to support all loads to 24 which the structure may be subjected, including equipment, operation, and 25 material loading. 26 2) Such bracing shall be left in place as long as may be required for safety. 27 3) The various members, after being assembled, shall be aligned and adjusted 28 accurately before being fastened. 29 4) Fastening of splices on compression members shall be done after the 30 abutting surfaces have been brought completely into contact. 31 5) No welding or bolting shall be done until the structures have been properly 32 aligned. 33 j. Bearing surfaces and surfaces which will be in permanent contact with each 34 other shall be cleaned before the members are assembled. 35 1) Bearing plates shall be set in exact position and shall have a full and even 36 bearing upon the concrete. 37 2) As erection progresses, the Work shall be bolted to take care of all dead 38 load, wind and erection stresses. 39 3) All erection bolts used in welded construction may be tightened securely 40 and left in place. 41 4) If removed, the holes shall be filled with plug welds. 42 k. Field bolting shall be in accordance with the requirements specified for shop 43 fabrication. 44 1) Untrue holes shall be corrected by reaming. 45 2) Where the surface of a bolted part has a slope of more than 1:20, a beveled 46 washer shall be used to compensate for the lack of parallelism. 47 3) Bolt heads and nuts shall be drawn tight against the Work with a suitable 48 wrench not less than 15 inches long. 49 4) Bolt heads shall be tapped with a hammer while the nut is being tightened. 50 34 41 10 - 99 TRAFFIC SIGNALS Page 99 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 l. Field Painting of Structures 1 1) Surfaces where the shop coat of paint has been damaged shall be retouched 2 after installation. 3 a) The cleaning, pretreatment, and priming of welds and the areas 4 adjacent thereto shall be done promptly after the acceptance of the 5 weld. 6 b) Care shall be taken to properly mask signals heads, signs, pedestrian 7 pushbuttons and their mounting hardware to keep paint from splashing 8 onto these components. 9 c) Masking shall be removed after completion of the painting process. 10 d) A sufficient number of paint coatings shall be applied to each structure 11 to result in a uniform finish once completed. 12 e) All structures shall be air blasted using high pressure air to remove 13 peeled paint and dust prior to application of new paint. 14 m. Bolted parts shall fit solidly together when assembled and shall not be 15 separated by gaskets or any other interposed compressible material. 16 1) When assembled, all joint surfaces, including those adjacent to the bolt 17 heads, nuts, or washers, shall be free of scale, except tight mill scale, and 18 shall also be free of burrs, dirt, and other foreign material that would 19 prevent solid seating of the parts. 20 2) Each fastener shall be tightened to at least the minimum bolt tension as 21 recommended by the pole manufacturer using ASTM A325 or A490 bolts 22 for the size of fastener used. 23 3) Threaded bolts shall be tightened with properly calibrated wrenches or by 24 the "turn-of-nut" method. 25 4) Bolts may be installed without hardened washers when tightening takes 26 place by the "turn-of-bolt" method. Any bolt tightened by the calibrated 27 wrench method (or by torque control) shall have a hardened washer under 28 the element (nut or bolt head) turned in to a point not closer than 7/8 of the 29 bolt diameter from the center of the washer. 30 n. Grouting 31 1) The Contractor shall perform all Work required to complete the grout work 32 associated with installing the signal structure and furnish all supplementary 33 items necessary for its proper installation. 34 o. Where signal poles and/or mast arms exist on raised foundations that are to be 35 removed and installed on new foundations, the Contractor shall store these 36 poles, mast arms, street lights, and wiring until they can be installed on their 37 new foundations. 38 p. Vibration dampers 39 1) Dampers shall be installed using Astro Sign Brac or Signfix Aluminum 40 Channel or approved equivalent. 41 q. Signs 42 1) The Contractor shall furnish, install and relocate existing signs as shown in 43 the Drawings. 44 2) Mast-arm signs shall be mounted with Astro-sign Brac or Signfix 45 aluminum channel or equivalent as approved by the Engineer. 46 3) Metro street name signs shall be mounted level with the ground as shown 47 on the City’s Standard Details. 48 15. Foundations 49 34 41 10 - 100 TRAFFIC SIGNALS Page 100 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a. All foundations shall be staked by the Contractor and approved by the 1 Inspector prior to excavation. 2 1) While staking the pole locations, the Contractor, along with the Inspector, 3 shall be cognizant of pedestrian needs by verifying the location of the push 4 buttons and the pedestrian heads. 5 b. Concrete foundations for signal structures shall be located so that the closest 6 face is a minimum of 3 feet from the face of the nearest vertical curb. 7 1) Before excavating foundations probe to determine the location of utilities 8 and structures. 9 2) Foundations shall be paid for once, however, payment for additional work 10 due to unforeseen conditions will be negotiated based on number of labor 11 hours and materials used. 12 3) Furnish all supplementary items necessary for proper foundation 13 installation. 14 c. Excavation for all foundations shall be done in accordance with lines and 15 depths indicated on the Drawings. 16 1) All loose material shall be removed from the excavation before concrete is 17 placed. 18 2) Any water shall be removed by pumping or bailing. 19 3) The use of explosives will not be permitted. 20 d. Foundations shall be constructed to the dimensions shown on the Drawings. 21 1) The Contractor is required to make certain that the top of the finished 22 foundation is level and formed. 23 2) Anchor bolts and conduits shall be held rigidly in place by a template until 24 the concrete is set. 25 e. A mechanical vibrator shall be used for compacting and working the concrete. 26 After the concrete has been placed and the top struck off, it shall be covered 27 with wet cotton or burlap mats or other appropriate form of curing, for not less 28 than 96 hours. 29 f. All bracing and templates for anchor bolts shall remain in place for 96 hours 30 after the concrete is poured. 31 1) During that time, the anchor bolts and conduit shall not be subjected to any 32 applied strain. 33 g. Backfill shall be tamped with mechanical tamps in 6 inches layers to the 34 density of the surrounding ground. 35 1) Where excavation is made in the roadway shoulder, the shoulder shall be 36 replaced with material equivalent to the original composition. 37 h. All excavated material, not required for backfill, shall be promptly removed 38 and disposed of by the Contractor, outside the limits of the Project. 39 1) The Work Site shall be kept clean and neat at all times. 40 i. No concrete shall be placed when the atmospheric temperature drops below 40 41 degrees Fahrenheit (temperature reading taken in the shade away from artificial 42 heat) unless permission to do so is given by the Inspector. 43 1) Refer to Section 03 30 00. 44 j. The City shall supply to the Contractor the controller cabinet anchor bolts and 45 specific cabinet templates, when the City furnishes the controller cabinet. 46 k. The cabinet door shall open to the north. Controller face plate shall also face 47 north. Field terminations shall be done on the south side of the cabinet. 48 l. Pole anchor bolts shall be aligned to be parallel to the tangent of the street curb 49 that the pole is intended to serve. 50 34 41 10 - 101 TRAFFIC SIGNALS Page 101 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 m. Tubing used to form pole foundations shall not be visible and all exposed 1 concrete shall be finished with vinyl concrete patch mix to provide a smooth 2 quality finish with all voids filled and no aggregate exposed. 3 n. The cost of the Work shall be included in the unit bid price for this item. 4 16. Hardware Signal Pole Paint 5 a. Requirements for poles and railings 6 1) Cleaning 7 a) The entire surface shall be cleaned free of dirt, grime and oils before 8 applying the primer coat. 9 b) Use vinegar wash applied with a sponge or cloth over the entire 10 surface. 11 2) Sanding 12 a) Spot sanding may be required in order to remove flaking paint and to 13 provide a smooth surface. 14 3) Priming 15 a) Primer coat shall be applied with a brush or roller. 16 b) The entire surface shall be covered, even over existing painted or 17 galvanized surfaces. 18 c) Spraying is not permissible. 19 4) Finish coat 20 a) Finish coat shall be applied with a brush or roller. 21 b) The entire surface shall be covered, even over existing painted or 22 galvanized surfaces. 23 c) Spraying is not permissible. 24 5) Parking meter housings, luminaire heads, signal heads, photo control eyes, 25 pedestrian push buttons and sign faces shall be protected for paint splash. 26 6) Controller cabinets and circuit boxes mounted to poles shall be painted to 27 match the color of the pole. 28 7) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry 29 conditions. 30 b. Requirements for traffic signal heads 31 1) Traffic signal heads should be cleaned by wiping it with a damp sponge or 32 rag to remove all the dust and dirt. 33 2) Lens and back plate should be masked off. 34 3) The outside of the traffic signal head should be painted traffic yellow (RAL 35 1023) and the inside of the lens visors should be painted flat black. 36 4) The outside of pedestrian signal head should be painted traffic yellow 37 (RAL 1023). 38 5) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry 39 conditions. 40 17. Signal Controller 41 a. Each controller cabinet shall be modified for use at a specific intersection in 42 accordance with the instructions included in the Drawings. 43 1) Each cabinet shall be prepared and tested for on-the-street use 44 b. Connect all field wirings to the controller-cabinet assembly. 45 1) The City will assist in determining how the detector loop lead-in cables are 46 to be connected in the cabinet. 47 2) The City will program the controller, the conflict monitor, detector units, 48 and other equipment in the controller cabinet and turn on the traffic signals. 49 34 41 10 - 102 TRAFFIC SIGNALS Page 102 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 c. All wiring modifications made in conjunction with preparing the cabinet for 1 use at a specific intersection shall be documented on the cabinet prints for that 2 intersection. 3 18. Roadside Flashing Beacon Assembly 4 a. Installation 5 1) Install in locations as shown in Drawings. 6 2) Stake the pole location for approval by City or Engineer. 7 3) Install pole, breakaway base, connectors, wiring, signal beacons, sign and 8 foundation as shown on the Drawings or as directed. 9 4) Install the flasher control assembly on the electrical service pole. 10 5) Install watertight breakaway electrical fuse holders in all line and neutral 11 conductors at breakaway base. 12 6) Use established industry and utility safety practices to erect assemblies 13 near overhead or underground utilities. 14 7) Consult with the appropriate utility company prior to beginning such work. 15 b. Relocation 16 1) Disconnect and isolate the electrical power supply prior to removal of the 17 assembly. 18 2) Remove existing assembly as directed. 19 3) Unless otherwise directed, salvage existing components such as sign, 20 beacons, pole, and base. 21 4) Repair or replace lost or damaged components as directed. 22 5) Relocate existing assembly to the location shown on the plans or as 23 directed. 24 6) Install existing assembly at new foundations. 25 7) Remove existing foundations. 26 8) Accept ownership of unsalvageable materials and dispose of in accordance 27 with federal, state, and local regulations. 28 c. Removal 29 1) Disconnect and isolate existing electrical power supplies prior to removal 30 of the assembly. 31 2) Remove existing sign panel, beacons, pole, and base from existing 32 assembly. 33 3) Store items to be reused or salvaged without damaging. 34 4) Store sign panels above the ground in a vertical position at locations shown 35 on the plans or as directed. 36 5) Accept ownership of unsalvageable materials and dispose of in accordance 37 with federal, state, and local regulations. 38 6) Unless otherwise shown on the plans, remove abandoned foundations, 39 including steel, to 2 ft. below the finished grade. 40 7) Backfill with material equal in composition and density to the surrounding 41 area, and replace any surfacing, such as asphalt pavement or concrete 42 riprap, with like material to equivalent condition. 43 19. School Zone Flasher Assembly 44 a. Installation 45 1) Install in locations as shown in Drawings. 46 2) Stake the pole location for approval by City or Engineer. 47 3) Install pole, breakaway base, connectors, wiring, signal beacons, controller, 48 modem, sign and foundation as shown on the Drawings or as directed. 49 34 41 10 - 103 TRAFFIC SIGNALS Page 103 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 4) Install watertight breakaway electrical fuse holders in all line and neutral 1 conductors at breakaway base. 2 5) Use established industry and utility safety practices to erect assemblies 3 near overhead or underground utilities. 4 6) Consult with the appropriate utility company prior to beginning such work. 5 b. Relocation 6 1) Disconnect and isolate the electrical power supply prior to removal of the 7 assembly. 8 2) Remove existing assembly as directed. 9 3) Unless otherwise directed, salvage existing components such as sign, 10 beacons, pole, and base. 11 4) Repair or replace lost or damaged components as directed. 12 5) Relocate existing assembly to the location shown on the plans or as 13 directed. 14 6) Install existing assembly at new foundations. 15 7) Remove existing foundations. 16 8) Accept ownership of unsalvageable materials and dispose of in accordance 17 with federal, state, and local regulations. 18 c. Removal 19 1) Disconnect and isolate existing electrical power supplies prior to removal 20 of the assembly. 21 2) Remove existing sign panel, beacons, pole, and base from existing 22 assembly. 23 3) Store items to be reused or salvaged without damaging. 24 4) Store sign panels above the ground in a vertical position at locations shown 25 on the plans or as directed. 26 5) Accept ownership of unsalvageable materials and dispose of in accordance 27 with federal, state, and local regulations. 28 6) Unless otherwise shown on the plans, remove abandoned foundations, 29 including steel, to 2 ft. below the finished grade. 30 7) Backfill with material equal in composition and density to the surrounding 31 area, and replace any surfacing, such as asphalt pavement or concrete 32 riprap, with like material to equivalent condition. 33 20. Rectangular Rapid Flashing Beacon (RRFB) Assembly 34 a. Installation 35 1) Install in locations as shown in Drawings. 36 2) Stake the pole location for approval by City or Engineer. 37 3) Install pole, breakaway base, connectors, wiring, control panel, solar panel, 38 battery, light bar, signage, pedestrian push button, and foundation as shown 39 on the Drawings or as directed. 40 4) Install watertight breakaway electrical fuse holders in all line and neutral 41 conductors at breakaway base. 42 5) Use established industry and utility safety practices to erect assemblies 43 near overhead or underground utilities. 44 b. Relocation 45 1) Disconnect and isolate the solar panels prior to removal of the assembly. 46 2) Remove existing assembly as directed. 47 3) Unless otherwise directed, salvage existing components such as sign, light 48 bar, solar panel, pole, and base. 49 34 41 10 - 104 TRAFFIC SIGNALS Page 104 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 4) Repair or replace lost or damaged components as directed. 1 5) Relocate existing assembly to the location shown on the plans or as 2 directed. 3 6) Install existing assembly at new foundations. 4 7) Remove existing foundations. 5 8) Accept ownership of unsalvageable materials and dispose of in accordance 6 with federal, state, and local regulations. 7 c. Removal 8 1) Disconnect and isolate solar panel prior to removal of the assembly. 9 2) Remove existing sign panel, light bar, solar panel, pole, and base from 10 existing assembly. 11 3) Store items to be reused or salvaged without damaging. 12 4) Store sign panels above the ground in a vertical position at locations shown 13 on the plans or as directed. 14 5) Accept ownership of unsalvageable materials and dispose of in accordance 15 with federal, state, and local regulations. 16 6) Unless otherwise shown on the plans, remove abandoned foundations, 17 including steel, to 2 ft. below the finished grade. 18 7) Backfill with material equal in composition and density to the surrounding 19 area, and replace any surfacing, such as asphalt pavement or concrete 20 riprap, with like material to equivalent condition. 21 21. Powder Coating Traffic Signal Structures 22 a. All galvanized exterior surfaces shall be coated with a Urethane or Triglycidyl 23 Isocyanurate (TGIC) Polyester Powder to a minimum film thickness of 2.0 24 mils (0.002”). 25 b. Prior to application, the surfaces to be powder coated shall be mechanically 26 etched by brush blasting (Ref. SSPC-SP7) and the zinc coated substrate 27 preheated to 450 degrees for a minimum of one hour in a gas fired convection 28 oven. 29 c. The coating shall be electrostatically applied and cured in a gas fired 30 convection oven by heating the zinc coated substrate to a minimum of 350 31 degrees Fahrenheit and a maximum of 400 degrees Fahrenheit. 32 d. The thermosetting powder resin shall provide both intercoat as well as substrate 33 fusion adhesion that meets 5A or 5B classifications of ASTM D3359. 34 3.4 FIELD QUALITY CONTROL 35 A. Field Tests and Inspections 36 1. Initial testing of all materials, construction items, or products incorporated in the 37 Work will be performed at the direction of the City. 38 a. Embankment construction shall conform to 31 24 00. 39 b. All backfill of structures shall conform to 33 05 10. 40 c. Excavation shall conform to 31 23 16. 41 2. The failure to require tests of materials by the Inspector shall in no way relieves the 42 Contractor of his responsibility of furnishing materials conforming to these 43 Specifications. 44 3. Tests, unless otherwise specified, shall be made in accordance with the latest methods 45 of the ASTM or other approved test methods. 46 34 41 10 - 105 TRAFFIC SIGNALS Page 105 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a. The Contractor shall provide such facilities, as the Inspector may require, for 1 the collecting and forwarding of samples and shall not use the materials 2 represented by the samples until tests have been made. 3 b. The Contractor shall furnish adequate samples without charge. 4 4. Vehicle detector loops 5 a. Prior to termination of the loop lead-in in the controller cabinet an installation 6 test shall be made by applying not less than 500 volts DC to the completed 7 detector loop. 8 1) A minimum resistance of 1 megohm shall be obtained by use of a meter. 9 b. After the above tests are completed and the lead-in cable has been terminated in 10 the cabinet, the Contractor shall assist the Inspector in determining the loop 11 inductance of each loop detector. 12 1) A detector loop analyzer shall be used to determine the total inductance of 13 the loop in the pavement and its associated lead-in cable as well as to 14 determine the percentage shift in loop inductance for various size vehicles 15 that actuate the detector. 16 5. Signal cables 17 a. The Traffic Management Manager or designee may require that all cables shall 18 be checked for insulation resistance upon installation and prior to termination. 19 The tests shall be made with a test set operating at a minimum of 500 volts DC 20 applied to the conductors. 21 b. Each conductor in the multi-conductor signal cables shall be tested for insulation 22 resistance relative to each other and to the outer covering of the cable. The 23 minimum acceptance value for insulation resistance shall be 1 megohm. 24 6. Controller cabinet 25 a. If the controller cabinet is to be supplied by the Contractor for this Project, the 26 cabinet shall be tested at a facility located within the Dallas/Fort Worth area. 27 b. The Contractor shall notify the Inspector or his representative a minimum of 3 28 Working Days prior to beginning the test period of his intent to test a cabinet or 29 group of cabinets. 30 c. At this point, the City may schedule an inspection team and notify the Contractor 31 of the earliest date and time the team can visit. 32 d. Each cabinet shall be tested with a controller unit for a minimum of 24 continuous 33 hours. 34 1) The cabinet test will include conflict monitor functions, detector unit 35 function and load switch operation for conformance with cabinet hardware 36 specifications, etc. 37 2) The cabinet must successfully pass all items otherwise the test is restarted 38 for another 24 hour period. 39 B. Non-Conforming Work 40 1. In the event that a material, construction item, product incorporated in the Work, 41 embankment, backfill, excavation or any other item tested, fails to satisfy the 42 minimum requirements of the initial test described above, appropriate prove-out tests 43 shall be made as directed by the Inspector to determine the extent of the failure and to 44 verify that corrective measures have brought the Item up to Specification 45 requirements. 46 34 41 10 - 106 TRAFFIC SIGNALS Page 106 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 a. The cost of all testing necessary to determine the extent of the failure and the 1 adequacy of the corrective measures shall be the responsibility of the 2 Contractor. 3 3.5 SYSTEM STARTUP 4 A. The Contractor shall coordinate with the Inspector to have a qualified technician on the 5 Site when the traffic signal is placed into operation. 6 B. During the 30 day test period, the contractor shall be responsible for any trouble calls and 7 shall make all necessary action to repair the problem. The City will be responsible for 8 traffic signal timing operation only. 9 C. The Contractor shall provide a local telephone number (not subject to frequent changes) 10 where trouble calls are to be received on a 24-hour basis. 11 D. The Contractor's response time to reported calls shall be within a reasonable travel time, 12 but not more than 2 hours maximum. 13 E. Appropriate repairs shall be made within reasonable time. 14 1. If, after further diagnosing the problem, the qualified technician determines the 15 problem is in the equipment supplied by others, the Contractor shall notify the 16 Inspector. 17 F. 30 days test period will restart after completing each signal failure due to workmanship 18 G. No extra compensation will be allowed for fulfilling the requirements stated above. 19 3.6 CLOSEOUT ACTIVITIES 20 A. Prior to final acceptance by the City, the Contractor is responsible for removal, 21 replacement and reinstallation of any damaged material at the Contractor's expense. 22 B. Whenever the Work provided for and contemplated under the Contract has been found by 23 the Inspector to be completed to his / her satisfaction on any individual signalized 24 intersection, or interconnected system of signalized intersections, as shown in the 25 Drawings, final cleaning up of said signalized intersection has been performed and the 26 traffic signal equipment supplied by the or has operated continuously for a minimum of 30 27 days in a satisfactory manner, the Contractor will be released from further maintenance on 28 that particular intersection. 29 1. Such partial acceptance will be made in writing and shall in no way void or alter 30 any terms of the Contract. 31 2. If equipment fails, a new 30-day test period will start when the equipment has been 32 repaired or replaced. 33 3.7 PROTECTION 34 A. Prevent any property damage to property owner's poles, fences, landscaping, 35 mailboxes, etc., and repair any damages. 36 B. Provide access to all driveways during construction. 37 C. Protect all underground and overhead utilities, including sprinkler systems, and repair any 38 damages. 39 34 41 10 - 107 TRAFFIC SIGNALS Page 107 of 107 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised October 12, 2015 3.8 MAINTENANCE 1 A. While performing Work under this Contract, the Contractor bears the sole risk of loss 2 for damages to or destruction of any traffic signal equipment or appurtenances, on 3 equipment that was not to be replaced or installed under this Contract, but which was 4 damaged or destroyed through the fault or negligent acts of the Contractor. 5 B. The Contractor shall replace such damaged or destroyed equipment, etc., at no cost to 6 the City, regardless of whether or not the damaged or destroyed equipment, etc., was a 7 part of this Contract or any warranties under this Contract. 8 C. The Contractor's responsibility shall cease under this paragraph upon written 9 acceptance of an intersection by the City. 10 D. The Contractor's responsibility for full operation and maintenance of all traffic signal 11 equipment shall begin when he starts any type of Work which effects active intersection 12 control at the first intersection and shall extend through the period of final Project 13 acceptance of each intersection. 14 E. This maintenance responsibility includes existing controllers/masters, existing 15 interconnect and cabling systems, existing signal indications, existing vehicle detectors, 16 new controllers/masters, new signal hardware, new cabling systems, and other hardware 17 elements which are considered part of either the existing or the new traffic signal system. 18 F. It is recognized that the City may continue to make a first response to any trouble call. 19 Action on such response will, however, be limited to placing the intersection on flash, 20 replacing load switches or detector amplifiers, erecting temporary control devices, 21 requesting immediate traffic control by uniformed police officer, or other such action 22 deemed necessary to provide a safe operation. 23 1. Such action will in no way relieve the Contractor of his operation and maintenance 24 responsibility. 25 G. The Contractor shall be required to notify the Inspector or Traffic Management Division at 26 least 24 hours in advance of any planned controlled change-outs or any other operational 27 procedures. 28 H. Battery Back-up System 29 1. The BBU shall provide voltmeter standard probe input-jacks (+) and (-) to read the 30 exact battery voltage drop at the inverter input. 31 2. The BBS shall be equipped with both Input and Output AC circuit breakers, and 32 with either a DC circuit breaker or fused battery harness. 33 3. All components, terminations, terminal blocks, relays, etc. shall be fully accessible. 34 END OF SECTION 35 Revision Log DATE NAME SUMMARY OF CHANGE 11/19/2015 S. Arnold Various revisions and additions 36 34 41 20 - 1 ROADWAY ILLUMINATION ASSEMBLIES Page 1 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 SECTION 34 41 20 1 ROADWAY ILLUMINATION ASSEMBLIES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Roadway illumination assemblies 6 2. Roadway illumination foundations 7 3. Removal of roadway illumination assemblies 8 4. Relocation of roadway illumination assemblies 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 03 30 00 – Cast-in-Place Concrete 15 4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 16 5. Section 33 05 30 – Location of Existing Utilities 17 6. Section 34 41 10 – Traffic Signals 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Roadway Illumination Assemblies 21 a. Measurement 22 1) Measurement for this Item shall be per each Roadway Illumination 23 Assembly installed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 shall be paid for at the unit price bid per each “Rdwy Illum Assmbly” 27 installed for: 28 a) Various types 29 c. The price bid shall include: 30 1) Furnishing Roadway Illumination Assembly, if required 31 2) Assembling and installing each Roadway Illumination Assembly 32 3) Poles 33 4) Arms 34 5) Anchor bolts 35 6) Fixtures 36 7) Internal electrical conductors 37 8) Connection and mounting hardware 38 9) Bases 39 10) Lamps 40 34 41 20 - 2 ROADWAY ILLUMINATION ASSEMBLIES Page 2 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 11) Preparing submittals 1 12) Exploratory excavation (as needed) 2 13) Coordination and notification 3 14) Assembly and transportation of all items 4 15) Excavation, hauling, disposal of excess material 5 16) Protection of the excavation 6 17) Clean-up 7 18) Testing 8 2. Ornamental Illumination Assemblies 9 a. Measurement 10 1) Measurement for this Item shall be per each Ornamental Assembly 11 installed. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 shall be paid for at the unit price bid per each “Ornamental Assmbly” 15 installed for: 16 a) Various types 17 c. The price bid shall include: 18 1) Furnishing Ornamental Illumination Assembly, if required 19 2) Assembling and installing each Ornamental Assembly 20 3) Poles 21 4) Arms 22 5) Anchor bolts 23 6) Fixtures 24 7) Internal electrical conductors 25 8) Connection and mounting hardware 26 9) Bases 27 10) Lamps 28 11) Preparing submittals 29 12) Exploratory excavation (as needed) 30 13) Coordination and notification 31 14) Assembly and transportation of all items 32 15) Excavation, hauling, disposal of excess material 33 16) Protection of the excavation 34 17) Clean-up 35 18) Testing 36 3. Lighting Fixtures 37 a. When a pay item for Illumination Assembly exists: 38 1) Measurement 39 a) This Item is considered subsidiary to Illumination Assembly 40 installation. 41 2) Payment 42 a) The work performed and materials furnished in accordance with this 43 Item are subsidiary to the unit price bid per each “Rdwy Illum 44 Assmbly” or “Ornamental Assmbly” bid, and no other compensation 45 will be allowed. 46 b. When a pay item for Illumination Assembly does not exist: 47 1) Measurement 48 a) Measurement for this Item shall be per each Lighting Fixture installed. 49 34 41 20 - 3 ROADWAY ILLUMINATION ASSEMBLIES Page 3 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2) Payment 1 a) The work performed and materials furnished in accordance with this 2 Item shall be paid for at the unit price bid per each “Lighting Fixture” 3 installed for: 4 (1) Various types 5 (2) Various power 6 3) The price bid shall include: 7 a) Furnishing Lighting Fixture, if required 8 b) Assembling Lighting Fixture 9 c) Wiring connections 10 d) Disposal of any unused or replaced materials 11 e) Clean-up 12 4. Roadway Illumination Foundations 13 a. Measurement 14 1) Measurement for this Item shall be per each Roadway Illumination 15 Foundation installed. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 shall be paid for at the unit price bid per each “Rdwy Illum Foundation” 19 installed for: 20 a) Various types 21 c. The price bid shall include: 22 1) Installing each Roadway Illumination Foundation 23 2) Reinforcing steel 24 3) Exploratory excavation (as needed) 25 4) Grounding rods 26 5) Coordination and notification 27 6) Excavation, hauling, disposal of excess material 28 7) Protection of the excavation 29 8) Clean-up 30 9) Testing 31 5. Contact Enclosure 32 a. Measurement 33 1) Measurement for this Item shall be per each Contact Enclosure installed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 shall be paid for at the unit price bid per each “Contact Enclosure” installed 37 for: 38 a) Various mounting methods 39 c. The price bid shall include: 40 1) Furnishing and installing Contact Enclosure 41 2) Mounting materials 42 3) Clean-up 43 6. Furnishing and Installing Wood Light Pole 44 a. Measurement 45 1) Measurement for this Item shall be per each 40’ Wood Light Pole furnished 46 and installed. 47 b. Payment 48 34 41 20 - 4 ROADWAY ILLUMINATION ASSEMBLIES Page 4 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1) The work performed and materials furnished in accordance with this Item 1 shall be paid for at the unit price bid per each “Furnish/Install 40’ Wood 2 Light Pole”. 3 c. The price bid shall include: 4 1) Excavation 5 2) Furnishing and installing each 40’ Wood Light Pole 6 3) Furnishing, placement and compaction of backfill 7 4) Clean-up 8 7. Furnishing and Installing Wood Light Pole Arm 9 a. Measurement 10 1) Measurement for this Item shall be per each 8’ Wood Light Pole Arm 11 furnished and installed. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 shall be paid for at the unit price bid per each “Furnish/Install 8’ Wood 15 Light Pole Arm”. 16 c. The price bid shall include: 17 1) Furnishing and installing each 8’ Wood Light Pole Arm 18 2) Clean-up 19 8. Aluminum Electrical Conductors 20 a. Measurement 21 1) Measurement for this Item shall be per linear foot of Aluminum Electrical 22 Conductor installed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under “Measurement” will be paid for at the unit 26 price bid per linear foot of “Alum Elec Conductor” installed for: 27 a) Various Sizes 28 c. The price bid shall include: 29 1) Furnishing and installing Aluminum Electrical Conductor 30 2) Testing 31 9. Conductor Reconnection 32 a. Measurement 33 1) Measurement for this Item shall be per each conductor reconnected. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 shall be paid for at the unit price bid per each “Reconnect Conductor”. 37 c. The price bid shall include: 38 1) Reconnection of conductors using City approved method 39 2) Testing of connection 40 10. Street Light Pole Removal and Salvage 41 a. Measurement 42 1) Measurement for this Item shall be per each Street Light removed and 43 salvaged. 44 b. Payment 45 1) The work performed and materials furnished in accordance with this Item 46 shall be paid for at the unit price bid per each “Salvage Street Light Pole” 47 performed. 48 c. The price bid shall include: 49 34 41 20 - 5 ROADWAY ILLUMINATION ASSEMBLIES Page 5 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1) Removal and salvage of Street Light Pole 1 2) Maintain existing street light circuit including new ground box and 2 reconnection of circuits (if required by City) 3 3) Removal of existing street light pole foundation 2’ below grade, back fill 4 with like surrounding material 5 4) Delivery of salvaged materials to appropriate location 6 5) Clean-up 7 11. Street Light Pole Relocation 8 a. Measurement 9 1) Measurement for this Item shall be per each Street Light Pole removed and 10 salvaged. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each “Relocate Street Light Pole” 14 performed. 15 c. The price bid shall include: 16 1) Removal and salvage of Street Light Pole 17 2) Delivery of salvaged materials to appropriate location 18 3) Replacement of pole to new location 19 4) Furnishing, placement and compaction of backfill material 20 5) Clean-up 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 2. National Electric Code (NEC) 27 3. Texas State Law, Article 1426C 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination 30 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the 31 Project. 32 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 33 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and 34 anchor bolts, and any questions about installing the foundations and conduit. 35 4. For location of City underground street luminaire cable and conduit call (817) 392-36 7738 or (817) 392-8100. 37 5. Obtain and pay for all permits as required to Work in parkway. 38 B. Preinstallation Meetings 39 1. Attend pre-construction meeting. 40 1.5 SUBMITTALS 41 A. Shop Drawings will be required for each Illumination Assembly and shall include: 42 1. Material Data 43 34 41 20 - 6 ROADWAY ILLUMINATION ASSEMBLIES Page 6 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 2. Pole dimensions and data 1 3. Luminaire arm dimensions and data 2 4. Attachment details 3 5. Fixtures 4 6. Base details 5 7. Anchor bolt data 6 8. Wall thickness 7 9. Permissible loading and allowable stress 8 B. Product Data submittals shall be in accordance with Section 01 33 00. 9 C. All submittals shall be approved by the Engineer or the City prior to delivery and/or 10 fabrication for specials. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Product Data Sheets 13 1. Submit product data sheets for roadway illumination assemblies to City for 14 approval prior to ordering materials. 15 1.7 CLOSEOUT SUBMITTALS 16 A. Warranty Documentation 17 1. Provide manufacturer warranty information to the City. 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING 21 A. Storage and Handling Requirements 22 1. Parts shall be properly protected so that no damage or deterioration occurs during a 23 prolonged delay from the time of shipment until installation. 24 2. Exposed anchor bolts shall be protected until pole shaft is installed. 25 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and 26 extremes in temperature. 27 4. The Contractor shall secure and maintain a location to store the material in 28 accordance with Section 01 50 00. 29 B. Delivery and Acceptance 30 1. Contactor and Inspector shall visually inspect roadway illumination assemblies 31 after removal to determine the condition of the hardware. 32 2. Contractor shall protect all salvable material during transport to City specified 33 storage facility. 34 3. Delivered material must be in the same condition after removal, as agreed upon by 35 Contractor and Inspector after removal. 36 34 41 20 - 7 ROADWAY ILLUMINATION ASSEMBLIES Page 7 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY 2 A. Manufacturer Warranty 3 1. Manufacturer’s warranty shall be in accordance with Division 1. 4 PART 2 - PRODUCTS 5 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 6 A. Refer to Drawings and Contract Documents to determine if any Items are to be 7 purchased from the City and installed by the Contractor. 8 B. Items eligible for purchase from the City include: 9 1. Roadway Illumination poles 10 2. Contactors 11 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS 12 A. Manufacturers 13 1. Only the manufacturers as listed in the City’s Standard Products List will be 14 considered as shown in Section 01 60 00. 15 a. The manufacturer must comply with this Specification and related Sections. 16 2. Any product that is not listed on the Standard Products List is considered a 17 substitution and shall be submitted in accordance with Section 01 25 00. 18 B. Description 19 1. Regulatory Requirements 20 a. All Work related to the installation of roadway illumination assemblies shall be 21 in compliance with the National Electric Code (NEC). 22 2. Roadway Illumination Assemblies 23 a. Poles, arms, light fixtures and lamps shall conform to City Standard Details. 24 b. Ornamental Assemblies 25 1) Refer to Drawings for ornamental pole specifications. 26 c. Lighting Fixtures 27 1) Refer to Drawings for lighting fixture specifications. 28 d. Foundations 29 1) Concrete shall conform to Section 03 30 00. 30 e. Wood Light Poles 31 1) Wood Poles for electrical service shall be ANSI Class 5 treated timber. 32 a) For other applications, Class 2 treated timber is allowed. 33 2) All treated wood poles shall be free from pith holes. 34 a) Trimmed scars are allowable up to a depth of 2-inches in poles up to 10 35 inches in diameter. 36 b) Scars 1/5 of the pole diameter at the scar location will be allowable for 37 wood poles larger than 10-inches. 38 3) Wood poles shall not deviate from straight more than 1 inch in 10 feet of 39 length. 40 a) Only a single sweep shall be permitted. 41 34 41 20 - 8 ROADWAY ILLUMINATION ASSEMBLIES Page 8 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 b) A straight line adjoining the midpoint of the pole at the butt with the 1 midpoint of the pole at the top shall not at any intermediate pass 2 through the external surface of the pole. 3 c) Only a single twist of spiral grain will be permitted. 4 4) Butt slivering due to felling shall be permitted if the distance from the 5 outside circumference is not less than ¼ inch and the height is not more 6 than 1 foot. 7 5) Timber shall be treated for preservation in accordance with AWPA C4 8 pressure treatment methods. 9 a) The poles shall have the minimum net retention of preservative 10 treatment shown in the following table: 11 Treatment Minimum Retention (pounds per cubic foot) Creosote 9.0 Pentachlorophenol 0.45 ACA/CCA 0.6 6) Pole Markings 12 7) All markings shall be in accordance with the following table: 13 a) The bottom brand shall be placed squarely on the face of each pole 10 14 feet from the butt. 15 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 16 timber poles including: 17 a) Name of treatment company 18 b) Location of treatment plant 19 c) Applicable product standard (AWPA C4) 20 d) Charge number 21 e) Date of treatment 22 f) Contents of charges (poles) 23 g) Preservative treatment 24 h) Measured preservative retention values 25 f. Wood Light Pole Arms 26 1) Refer to City Standard Detail Drawings for light pole arm specifications. 27 g. Aluminum Electrical Conductors 28 1) Refer to Drawings for conductor sizes 29 2) Use stranded insulated conductors that are rated for 600 volts 30 3) Approved for wet locations 31 4) Marked in accordance with UL, NEC, and CSA requirements 32 3. Roadway illumination pole foundations 33 a. Foundations shall be Class C (3000 PSI) concrete. 34 34 41 20 - 9 ROADWAY ILLUMINATION ASSEMBLIES Page 9 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1) Refer to Section 03 30 00. 1 b. Foundation shall be 24 or 30 inches in diameter unless shown otherwise in the 2 Drawings. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL 5 A. Tests and Inspections 6 1. Notify the Traffic Services Division Inspector 24 hours in advance (between 8:00 7 am and 5:00 pm) of all concrete pours at (817) 392-7738. 8 a. Inspector must be present when concrete is placed on the Project Site. 9 PART 3 - EXECUTION 10 3.1 EXAMINATION 11 A. Verification of Conditions 12 1. Contractor shall verify by exploratory excavation, if needed, that existing 13 underground utilities are not in conflict with proposed foundations. 14 a. All exploratory excavation shall conform to Section 33 05 30. 15 2. Contractor shall contact the following entities at least 48 hours in advance of 16 excavation: 17 a. DIG TESS 18 b. City of Fort Worth Water Department 19 c. City of Fort Worth T/PW Department 20 3. No additional payment will be made for relocation of any foundations or conduit 21 due to location of existing utilities. 22 4. The Engineer may shift an assembly’s location, if necessary, to avoid conflict with 23 utilities. 24 3.2 PREPARATION 25 A. Protection of In-Place Conditions 26 1. Contractor shall be responsible for the following at no additional cost to the City: 27 a. Prevent any property damage to property owner's poles, fences, shrubs, 28 mailboxes, etc. Any damaged property will be restored as directed by 29 Engineer. 30 b. Adjust and repair any existing landscaping and the sprinkler systems as directed 31 by the Engineer to allow for the placement of all roadway illumination 32 equipment. This shall be done in a manner equal to or better than the areas 33 adjacent to the damaged areas. 34 c. Provide access to all driveways during construction, unless authorized by the 35 inspector. 36 d. Protect all underground and overhead utilities and repair any damages. 37 3.3 INSTALLATION 38 A. Foundations 39 34 41 20 - 10 ROADWAY ILLUMINATION ASSEMBLIES Page 10 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 1. Dimensions shown on Drawings for locations of street light foundations, conduit 1 and other items may be varied to meet local conditions; subject to approval of 2 Engineer. 3 2. Foundation piers shall be drilled plumb. 4 3. The top of foundation shall be poured level. 5 4. The top 3 inches of the exposed pier (height) above finished grade shall have the 6 sonotube removed. 7 5. Anchor bolts shall extend above the top of the foundation concrete as shown on 8 Anchor Bolt Detail. 9 6. Anchor bolts, ground rod, reinforcing, and conduit shall be in place before pouring 10 concrete in pier foundations. 11 7. Pier foundations shall have 1 continuous concrete pour. 12 8. Foundations shall have a chamfered edge (beveled) at the top. 13 9. Top of foundation shall be 3 inches above the finished grade unless shown different 14 on Drawings. 15 10. Foundations in medians shall be placed in the center of the median between the 2 16 curbs. 17 11. Foundations shall not be drilled within 3 feet of a water line or fire hydrant. 18 12. In residential areas foundations shall be placed in the street right of way (R.O.W.) 19 in line with the property line between lots and at the break of the radius point of the 20 street curb at street intersections. 21 13. Foundations shall not be placed in sidewalks (or location of future sidewalks) or 22 sidewalk ramps. 23 14. No street light poles shall be placed on foundations prior to 7 days following 24 pouring of concrete. 25 B. Roadway Illumination Assemblies 26 1. Roadway Illumination Assemblies 27 a. Use established industry and utility safety practices when installing poles 28 located near overhead or underground utilities. Consult with the appropriate 29 utility company before beginning work. 30 b. Prevent scarring or marring of poles, mast arm, and fixtures. 31 c. Stake, install, and align each assembly as shown on the plans. 32 d. Do not use screw-in type foundations. 33 e. Install anchor bolts and coat anchor bolt threads. 34 f. Erect structures after foundation has attained its design strength as required in 35 Section 03 30 00. 36 g. Tighten anchor bolts for poles with shoe bases. 37 h. Do not place grout between base plate and foundation. 38 i. Test installed roadway illumination assembly with City inspector present. 39 2. Wood Light Pole 40 a. All light pole installations should be coordinated with all appropriate utility 41 companies prior to Work beginning. 42 b. Drill holes for setting poles shall be a minimum of 1.5 diameters of the pole 43 butt. 44 c. Poles shall be set plumb, unless otherwise specified on the Drawings. 45 34 41 20 - 11 ROADWAY ILLUMINATION ASSEMBLIES Page 11 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 d. Unless otherwise shown in Drawings, poles should be set to the minimum 1 depths shown in the following table: 2 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 3 material until reaching natural grade. 4 1) Once grade is met, apply a last 6-inch lift in a cone shape around the pole to 5 allow for settling. 6 2) Backfill in accordance to Section 33 05 10. 7 f. Repair and clean-up surrounding area to a condition that is equal to or better 8 than its condition prior to installation. 9 3.4 REPAIR / RESTORATION [NOT USED] 10 3.5 RELOCATION AND REMOVAL 11 A. Relocation 12 1. Disconnect and remove conductors from abandoned circuits. 13 2. Remove abandoned circuit or ducts to a point 6 inches below final grade. 14 3. Reconnect conduit, ducts, conductors to be reused. 15 4. Replace damaged conduit, ducts, and conductors. 16 5. Do not use screw-in type foundations. 17 6. Install existing structures on new foundations. 18 7. Do not place grout between base plate and foundation. 19 8. Furnish and install new internal conductors, fused and unfused connectors, and 20 fixtures. 21 9. Test installed roadway illumination assembly with City inspector present 22 10. Accept ownership of unsalvageable materials and dispose of in accordance with 23 federal, state, and local regulations. 24 B. Removal 25 1. Remove roadway illumination assembly components in accordance with 26 established industry and utility safety practices. 27 2. Remove transformer bases from transformer base poles. 28 3. Remove luminaires and mast arms from the pole shaft. 29 4. Stockpile pole shafts, mast arms, and assembly hardware at a location designated 30 by the City. 31 5. Pole shafts, mast arms, and assembly hardware will remain City property unless 32 otherwise shown on the plans or directed. 33 6. Disconnect and remove conductors from abandoned circuits. 34 34 41 20 - 12 ROADWAY ILLUMINATION ASSEMBLIES Page 12 of 12 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised December 20, 2012 7. Remove abandoned conduit and ducts to a point 6 inches below final grade. 1 8. Destroy existing transformer bases to prevent reuse. 2 9. Remove abandoned concrete foundations to a point 2 ft. below final grade. 3 10. Backfill the hole with material that is equal in composition and density to the 4 surrounding area. 5 11. Replace surfacing material with similar material to an equivalent condition. 6 12. Accept ownership of unsalvageable materials and dispose of in accordance with 7 federal, state, and local regulations. 8 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 9 3.7 SYSTEM STARTUP [NOT USED] 10 3.8 ADJUSTING [NOT USED] 11 3.9 CLEANING 12 A. Contractor shall clean up and remove all loose material resulting from construction 13 operations. 14 3.10 CLOSEOUT ACTIVITIES [NOT USED] 15 3.11 PROTECTION [NOT USED] 16 3.12 MAINTENANCE [NOT USED] 17 3.13 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 20 Revision Log DATE NAME SUMMARY OF CHANGE 21 34 41 20.03 - 1 RESIDENTIAL LED ROADWAY LUMINAIRES Page 1 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 15, 2015 SECTION 34 41 20.03 RESIDENTIAL 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 34 41 20.03 - 2 RESIDENTIAL LED ROADWAY LUMINAIRES Page 2 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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: 34 41 20.03 - 3 RESIDENTIAL LED ROADWAY LUMINAIRES Page 3 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 34 41 20.03 - 4 RESIDENTIAL LED ROADWAY LUMINAIRES Page 4 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 34 41 20.03 - 5 RESIDENTIAL LED ROADWAY LUMINAIRES Page 5 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 34 41 20.03 - 6 RESIDENTIAL LED ROADWAY LUMINAIRES Page 6 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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. 34 41 20.03 - 7 RESIDENTIAL LED ROADWAY LUMINAIRES Page 7 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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. 34 41 20.03 - 8 RESIDENTIAL LED ROADWAY LUMINAIRES Page 8 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 34 41 20.03 - 9 RESIDENTIAL LED ROADWAY LUMINAIRES Page 9 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 +40°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. 34 41 20.03 - 10 RESIDENTIAL LED ROADWAY LUMINAIRES Page 10 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 be UL listed. 15. 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 0-10V dimmable. 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 34 41 20.03 - 11 RESIDENTIAL LED ROADWAY LUMINAIRES Page 11 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 15, 2015 1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate hose- down cleaning and discourage debris accumulation. 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. 34 41 20.03 - 12 RESIDENTIAL LED ROADWAY LUMINAIRES Page 12 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 34 41 20.03 - 13 RESIDENTIAL LED ROADWAY LUMINAIRES Page 13 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 15, 2015 APPENDIX A APPLICATION-BASED SYSTEM SPECIFICATION LUMINAIRE TYPE “A” – RESIDENTIAL TYPICAL SITE PARAMETERS ROADWAY DATA: Roadway Width (Curb to Curb) 36 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 25 ft Arm length, horizontal 6 ft Luminaires per pole 1 Pole set-back from edge of pavement 3 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 0.4 FC Avg:min uniformity ratio 6:1 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 N/A PERFORMANCE CRITERIA: LED LUMINAIRE INPUT POWER: Max. nominal luminaire input power 70W 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) DRIVER:  350mA  530mA  700mA 34 41 20.03 - 14 RESIDENTIAL LED ROADWAY LUMINAIRES Page 14 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 15, 2015 DRIVER: Wireless Control Capability  Yes  No 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 34 41 20.03 - 15 RESIDENTIAL LED ROADWAY LUMINAIRES Page 15 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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. 34 41 20.03 - 16 RESIDENTIAL LED ROADWAY LUMINAIRES Page 16 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 34 41 20.03 - 17 RESIDENTIAL LED ROADWAY LUMINAIRES Page 17 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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. 34 41 20.03 - 18 RESIDENTIAL LED ROADWAY LUMINAIRES Page 18 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 34 41 20.03 - 19 RESIDENTIAL LED ROADWAY LUMINAIRES Page 19 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 Ω 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 34 41 20.03 - 20 RESIDENTIAL LED ROADWAY LUMINAIRES Page 20 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 2Ω 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 34 41 20.03 - 21 RESIDENTIAL LED ROADWAY LUMINAIRES Page 21 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 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 34 41 20.03 - 22 RESIDENTIAL LED ROADWAY LUMINAIRES Page 22 of 22 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised June 15, 2015 APPENDIX E PRODUCT SUBMITTAL FORM Luminaire Type 1 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 light output, maintained input power, and maintained drive current. 34 41 30 - 1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 12, 2013 SECTION 34 41 30 1 ALUMINUM SIGNS AND SIGN POSTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Aluminum signs installed on mast arms, signal poles, or steel posts. 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs 14 a. Measurement 15 1) Measurement for this Item shall be per each sign installed. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 shall be paid for at the unit price bid per each “Furnish/Install Alum Sign 19 Mast Arm Mount” installed for: 20 a) Various types 21 c. The price bid shall include: 22 1) Fabricating the aluminum sign 23 2) Treatment of sign panels required before application of background 24 materials 25 3) Application of the background materials and messages to the sign panels 26 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 27 backing strips 28 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 29 support connections 30 6) Assembling and erecting the signs 31 7) Preparing and cleaning the signs 32 2. Installing Mast Arm or Signal/Street Light Pole Mounted Aluminum Signs 33 a. Measurement 34 1) Measurement for this Item shall be per each sign installed. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 shall be paid for at the unit price bid for each “Install Alum Sign Mast Arm 38 Mount” installed. 39 c. The price bid shall include: 40 1) Installing each Aluminum Sign 41 34 41 30 - 2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 12, 2013 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 1 backing strips 2 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 3 support connections 4 4) Assembling and erecting the signs 5 5) Preparing and cleaning the signs 6 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies 7 a. Measurement 8 1) Measurement for this Item shall be per each assembly furnished and 9 installed. 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 for each “Furnish/Install Alum Sign 13 Ground Mount” installed for: 14 a) Various types 15 c. The price bid shall include: 16 1) Fabrication of signs and posts 17 2) Treatment of sign panels required before application of background 18 materials 19 3) Application of the background materials and messages to the sign panels 20 4) Scheduling utility line locates 21 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 22 backing strips 23 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 24 support connections 25 7) Assembling and erecting the signs and posts 26 8) Preparing and cleaning the signs 27 4. Installing Ground Mounted Aluminum Sign and Post Assemblies 28 a. Measurement 29 1) Measurement for this Item shall be per each assembly installed. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 shall be paid for at the unit price bid for each “Install Alum Sign Ground 33 Mount” installed. 34 c. The price bid shall include: 35 1) Scheduling utility line locates 36 2) Assembling and erecting the signs and posts 37 3) Preparing and cleaning the signs 38 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles 39 a. Measurement 40 1) Measurement for this Item shall be per each sign furnished and installed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 shall be paid for at the unit price bid per each “Furnish/Install Alum Sign 44 Ex. Pole Mount” furnished and installed. 45 c. The price bid shall include: 46 1) Furnishing and installing the aluminum sign 47 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 48 backing strips 49 34 41 30 - 3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 12, 2013 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 1 support connections 2 4) Assembling and erecting the signs 3 5) Preparing and cleaning the signs 4 6. Installing Aluminum Signs Mounted on Existing Poles 5 a. Measurement 6 1) Measurement for this Item shall be per each sign installed. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 shall be paid for at the unit price bid per each “Install Alum Sign Ex. Pole 10 Mount” installed. 11 c. The price bid shall include: 12 1) Fabricating the aluminum sign 13 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 14 backing strips 15 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 16 support connections 17 4) Assembling and erecting the signs 18 5) Preparing and cleaning the signs 19 7. Removal of Signs 20 a. Measurement 21 1) Measurement for this Item shall be per each sign panel removed, each sign 22 panel and post removed, and each sign panel and post removed and 23 reinstalled. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 shall be paid for at the unit price bid per each “Remove Sign” for: 27 a) Various types 28 b) Various configurations 29 c. The price bid shall include: 30 1) Removal of sign panel and post 31 2) Removal of sign panel 32 3) Backfill 33 4) Excavation 34 5) Returning materials to the City as specified in the plans 35 6) Cleaning sign panel if sign is to be reinstalled 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification, unless a date is specifically cited. 41 2. American Standard Testing Materials (ASTM) 42 a. ASTM B209-07– “Standard Specification for Aluminum and Aluminum-Alloy 43 Sheet and Plate”. 44 b. ASTM D4956 – 09e1 – “Standard Specification for Retroreflective Sheeting for 45 Traffic Control”. 46 34 41 30 - 4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 12, 2013 c. ASTM A1011 / A1011- 10 – “Standard Specification for Steel, Sheet and Strip, 1 Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-2 Alloy with Improved Formability, and Ultra-High Strength”. 3 d. ASTM B117-09 – “Standard Practice for Operating Salt Spray (Fog) 4 Apparatus”. 5 e. AASHTO M 120-08 – “Standard Specification for Zinc”. 6 3. Texas Manual on Uniform Traffic Control Devices 7 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 8 Transportation, Standard Specifications for Construction and Maintenance of 9 Highways, Streets, and Bridges. 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 11 1.5 SUBMITTALS 12 A. Submittals shall be in accordance with Section 01 33 00. 13 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 14 specials. 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 16 A. Shop Drawings 17 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for 18 approval prior to fabrication. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING 23 A. Delivery and Acceptance Requirements 24 1. Signs and parts shall be properly protected so that no damage or deterioration 25 occurs during a prolonged delay from the time of shipment until installation. 26 2. The Contractor shall secure and maintain a location to store the material in 27 accordance with Section 01 50 00. 28 B. Storage and Handling 29 1. Ship, handle, and store completed sign blanks and completed signs so that corners, 30 edges, and faces are not damaged. 31 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 32 night and day, will be acceptable. 33 3. Replace unacceptable signs. 34 4. Store all finished signs off the ground and in a vertical position until erected. 35 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 36 6. Larger signs may be stored outside. 37 34 41 30 - 5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 12, 2013 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 4 A. Refer to Drawings and Contract Documents to determine if any Items are to be 5 purchased from the City and installed by the Contractor. 6 B. Items eligible for purchase from the City include: 7 1. Aluminum Signs 8 2.2 MATERIALS 9 A. Manufacturers 10 1. Only the manufacturers as listed in the City’s Standard Products List will be 11 considered as shown in Section 01 60 00. 12 a. The manufacturer must comply with this Specification and related Sections. 13 2. Any product that is not listed on the Standard Products List is considered a 14 substitution and shall be submitted in accordance with Section 01 25 00. 15 B. Sign blanks 16 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy 17 meeting Specifications for 5052H38 as outlined in ASTM B 209 – 02a. 18 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, 19 dirt, grease, oil, white rust, fingerprints and/or other irregularities. 20 3. Sign blanks shall be degreased and etched according to industry standards and shall 21 have an alodined finish applied per MIL-C5541 Class 1A. 22 4. The thickness of each sign blank shall be uniform throughout. 23 C. Sign sheeting 24 1. Acrylic overlay film 25 a. This film shall be applied to Type I, Type II, Type IV, Type IX, and other 26 retroreflective sheeting for permanent signing. 27 b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 28 1170. 29 c. Film shall be: 30 1) Durable 31 2) Transparent 32 3) Acrylic 33 4) Electronic-cuttable 34 5) Coated with a transparent, pressure sensitive adhesive 35 6) Have a removable synthetic liner – paper liner is not acceptable 36 d. Film colors can include yellow, green, blue, brown, red, and orange. 37 2. Non-reflective vinyl film 38 a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting 39 for permanent signing. The film shall be equal to or better than 3M Scotchcal 40 ElectroCut Film Series 7725. 41 34 41 30 - 6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 12, 2013 b. Film shall be: 1 1) Durable 2 2) 2 mil opaque cast vinyl 3 3) Coated with a transparent, pressure-sensitive adhesive 4 4) Have a removable synthetic liner – paper line is not acceptable 5 c. Film colors can include yellow, green, blue, brown, red, and orange. 6 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: 7 a. Be combined with other components for permanent signing 8 b. Typically be an unmetallized microprismatic lens retroreflective element 9 material 10 c. Have a smooth outer surface that essentially has the property of the 11 retroreflector over its entire surface 12 1) The adhesive backing shall be pressure-sensitive, require no heat, solvent or 13 other preparation for the adhesion to smooth, clean surfaces. 14 d. Be equal to or better than 3M Series 3930 15 e. Be of colors including white, yellow, green, red, blue, and brown 16 4. Super-high efficiency full cube retroreflective sheeting with pressure sensitive 17 adhesive shall: 18 a. Be combined with other components for permanent signing 19 b. Be a super-high efficiency, full cube retroreflective sheeting having the highest 20 retroreflectivity characteristics at medium and short road distances. 21 c. Typically be a microprismatic retroreflective element material 22 d. Have a smooth outer surface that essentially has the property of retroreflector 23 over its entire surface 24 1) The adhesive backing shall be pressure-sensitive, require no heat, solvent or 25 other preparation for adhesion to smooth, clean surfaces. 26 e. Be equal to or better than 3M Series 4000 27 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent 28 yellow, fluorescent yellow green, and fluorescent orange 29 D. Telescoping Steel Sign Post 30 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled 31 Carbon Sheet Steel, Structural Quality ASTM designation A1011 / A1011- 10. 32 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 33 3. All posts and anchors shall be manufactured from raw steel, formed and welded on 34 the corner prior to receiving a triple coat protection of inline hot-dipped, galvanized 35 zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate 36 conversion coating and a cross-linked polyurethane acrylic exterior coating. 37 4. The interior shall receive a double coat of zinc based organic coating, tested in 38 accordance with ASTM B-117-09. 39 E. Hardware 40 1. Use galvanized steel, stainless steel, or dichromate-sealed aluminum for bolts, nuts, 41 washers, lock washers, screws, and other sign assembly hardware. 42 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. 43 34 41 30 - 7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 12, 2013 2.3 ACCESSORIES [NOT USED] 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 FABRICATION 7 A. Sign blanks 8 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 9 of buckles, warps, burrs, dents, cockles, or other defects. 10 2. Do not splice individual extruded aluminum panel. 11 3. Complete the fabrication of sign blanks, including the cutting and drilling or 12 punching of holes, before cleaning and degreasing. 13 4. After cleaning and degreasing, ensure that the substrate does not come into contact 14 with grease, oils, or other contaminants before the application of the reflective 15 sheeting. 16 B. Sign sheeting 17 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 18 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 19 the sheeting manufacturer. 20 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 21 manner as the sign panel face. 22 4. Minimize the number of splices in the sheeting. 23 5. Overlap the lap-splices by at least 1/4 inch. 24 6. Provide a 1-foot minimum dimension for any piece of sheeting. 25 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 26 transparent films. 27 C. Sign messages 28 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 29 2. Use sign message material from the same manufacturer for the entire message of a 30 sign. 31 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 32 color and reflectivity. 33 4. Prevent runs, sags, and voids. 34 D. Telescoping steel sign posts 35 1. Permissible variation in straightness is 1/16 inch in 3 feet. 36 2. Tolerances are on the outside size. 37 34 41 30 - 8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 12, 2013 Measurements for outside dimensions shall be made at least 2 inches from end of 1 tube. 2 3 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 4 3. Permissible variation in wall thickness is plus 0.011 inches, minus 0.008 inches. 5 4. Measured in the center of the flat side tolerance is ± 0.01 inch applied to the 6 specific size determined at the corner. 7 5. Squareness of Sides and Twist 8 9 10 11 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 12 6. All top posts must be capable of fracturing at the point of connection with a single 13 anchor, when impacted, in such a manner that the piece inside of the anchor can be 14 removed so as to allow the anchor to receive a new top post. 15 7. The shape of all posts and anchors shall be square and straight with smooth tubing 16 welded in one corner with a tolerance that permits telescoping of the next larger or 17 small size, in ¼-inch increments. 18 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch 19 diameter on 1-inch centers for at least the top 4 inches of the anchor while being 20 truly aligned in the center of the section. 21 34 41 30 - 9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 12, 2013 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on 1-1 inch centers for the entire length of the post and truly aligned in the center of 2 section. 3 4 3.5 REPAIR / RESTORATION [NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING 10 A. Wash completed signs with a biodegradable cleaning solution acceptable to the 11 manufacturers of the sheeting, colored transparent film, and screen ink to remove 12 grease, oil, dirt, smears, streaks, finger marks, and other foreign material. 13 B. Wash again before final inspection after erection. 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 20 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Changes to vinyl film, added sign removal bid item 21 34 71 13 - 1 TRAFFIC CONTROL Page 1 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 22, 2013 SECTION 34 71 13 1 TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Installation of Traffic Control Devices 14 a. Measurement 15 1) Measurement for Traffic Control Devices shall be per month for the Project 16 duration. 17 a) A month is defined as 30 calendar days. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under “Measurement” shall be paid for at the 21 unit price bid for “Traffic Control”. 22 c. The price bid shall include: 23 1) Traffic Control implementation 24 2) Installation 25 3) Maintenance 26 4) Adjustments 27 5) Replacements 28 6) Removal 29 7) Police assistance during peak hours 30 2. Portable Message Signs 31 a. Measurement 32 1) Measurement for this Item shall be per week for the duration of use. 33 b. Payment 34 1) The work performed and materials furnished in accordance to this Item and 35 measured as provided under “Measurement” shall be paid for at the unit 36 price bid per week for “Portable Message Sign” rental. 37 c. The price bid shall include: 38 1) Delivery of Portable Message Sign to Site 39 2) Message updating 40 3) Sign movement throughout construction 41 4) Return of the Portable Message Sign post-construction 42 34 71 13 - 2 TRAFFIC CONTROL Page 2 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 22, 2013 3. Preparation of Traffic Control Plan Details 1 a. Measurement 2 1) Measurement for this Item be per each Traffic Control Detail prepared. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 shall be paid for at the unit price bid per each “Traffic Control Detail” 6 prepared. 7 c. The price bid shall include: 8 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 9 longer 10 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 11 (TMUTCD) 12 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 13 4) Incorporation of City comments 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 20 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 21 Transportation, Standard Specifications for Construction and Maintenance of 22 Highways, Streets, and Bridges. 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 26 implementing Traffic Control within 500 feet of a traffic signal. 27 B. Sequencing 28 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 29 approved by the City and design Engineer before implementation. 30 1.5 SUBMITTALS 31 A. Provide the City with a current list of qualified flaggers before beginning flagging 32 activities. Use only flaggers on the qualified list. 33 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 34 Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the 35 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 36 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 37 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 38 Engineer. 39 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 40 Specifications. The Contractor will be responsible for having a licensed Texas 41 Professional Engineer sign and seal the Traffic Control Plan sheets. 42 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 43 34 71 13 - 3 TRAFFIC CONTROL Page 3 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 22, 2013 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 1 changes to the Traffic Control Plan(s) developed by the Design Engineer. 2 G. Design Engineer will furnish standard details for Traffic Control. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 ASSEMBLIES AND MATERIALS 13 A. Description 14 1. Regulatory Requirements 15 a. Provide Traffic Control Devices that conform to details shown on the 16 Drawings, the TMUTCD, and TxDOT’s Compliant Work Zone Traffic Control 17 Device List (CWZTCDL). 18 2. Materials 19 a. Traffic Control Devices must meet all reflectivity requirements included in the 20 TMUTCD and TxDOT Specifications – Item 502 at all times during 21 construction. 22 b. Electronic message boards shall be provided in accordance with the TMUTCD. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 EXAMINATION [NOT USED] 27 3.2 PREPARATION 28 A. Protection of In-Place Conditions 29 1. Protect existing traffic signal equipment. 30 3.3 INSTALLATION 31 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 32 the Drawings and as directed. 33 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 22, 2013 B. Install Traffic Control Devices straight and plumb. 1 C. Do not make changes to the location of any device or implement any other changes to 2 the Traffic Control Plan without the approval of the Engineer. 3 1. Minor adjustments to meet field constructability and visibility are allowed. 4 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 5 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 6 covering, or removing Devices. 7 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 8 and that retroreflective characteristics meet requirements during darkness and rain. 9 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 10 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 11 lights, signs, or other precautionary measures for the protection of persons or property), the 12 Inspector may order such additional precautionary measures be taken to protect persons 13 and property. 14 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 15 or in conflict with the proposed method of handling traffic or utility adjustments, can be 16 constructed during any phase. 17 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 18 distance of drivers entering the highway from driveways or side streets. 19 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 20 be erected and mounted on portable supports. 21 1. The support design is subject to the approval of the Engineer. 22 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 23 J. If at any time the existing traffic signals become inoperable as a result of construction 24 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 25 approved by the Engineer, to be used for Traffic Control. 26 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 27 turn-ons, street light pole installation, or other construction will be done during peak traffic 28 times (AM: 7 am – 9 am, PM: 4 pm - 6 pm). 29 L. Flaggers 30 1. Provide a Contractor representative who has been certified as a flagging instructor 31 through courses offered by the Texas Engineering Extension Service, the American 32 Traffic Safety Services Association, the National Safety Council, or other approved 33 organizations. 34 a. Provide the certificate indicating course completion when requested. 35 b. This representative is responsible for training and assuring that all flaggers are 36 qualified to perform flagging duties. 37 2. A qualified flagger must be independently certified by 1 of the organizations listed 38 above or trained by the Contractor’s certified flagging instructor. 39 3. Flaggers must be courteous and able to effectively communicate with the public. 40 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 41 and follow the flagging procedures set forth in the TMUTCD. 42 34 71 13 - 5 TRAFFIC CONTROL Page 5 of 5 CITY OF FORT WORTH Northstar Section 3, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised November 22, 2013 5. Provide and maintain flaggers at such points and for such periods of time as may be 1 required to provide for the safety and convenience of public travel and Contractor’s 2 personnel, and as shown on the Drawings or as directed by the Engineer. 3 a. These flaggers shall be located at each end of the lane closure. 4 M. Removal 5 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 6 and other Traffic Control Devices used for work-zone traffic handling in a timely 7 manner, unless otherwise shown on the Drawings. 8 3.4 REPAIR / RESTORATION [NOT USED] 9 3.5 RE-INSTALLATION [NOT USED] 10 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 11 3.7 SYSTEM STARTUP [NOT USED] 12 3.8 ADJUSTING [NOT USED] 13 3.9 CLEANING [NOT USED] 14 3.10 CLOSEOUT ACTIVITIES [NOT USED] 15 3.11 PROTECTION [NOT USED] 16 3.12 MAINTENANCE [NOT USED] 17 3.13 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 20 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required 21 CITY OF FORT WORTH Northstar, Section 3 Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103159 Revised July 1, 2011 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 GEOTECHNICAL EXPLORATION NORTHSTAR – SECTION 3 – PHASE 1 Off Bates Aston Road Fort Worth, Texas ALPHA Report No. W203097 January 22, 2021 Prepared for: D.R. HORTON – TEXAS, LTD 6751 North Freeway, Building A Fort Worth, Texas 76131 Attention: Mr. Justin Bosworth, P.E. Prepared By: Geotechnical Construction Materials Environmental TBPE Firm No. 813 5058 Brush Creek Road Fort Worth, Texas 76119 Tel: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Dallas • Fort Worth • Houston • San Antonio January 22, 2021 D.R. Horton – Texas, Ltd 6751 North Freeway, Building A Fort Worth, Texas 76131 Attention: Mr. Justin Bosworth, P.E. Re: Geotechnical Exploration Northstar – Section 3 – Phase 1 Off Bates Aston Road Fort Worth, Texas ALPHA Report No. W203097 Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Ben Clark on November 4, 2020 and performed in accordance with ALPHA Proposal No. 80411, dated October 23, 2020. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of residential foundations. ALPHA TESTING, INC. appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, ALPHA TESTING, INC. January 22, 2021 Kimberly Fyffe Brian J. Hoyt, P.E. Geotechnical Project Manager Geotechnical Department Manager KLF/BJH/klf Copies: (1-PDF) Client TABLE OF CONTENTS ALPHA REPORT NO. W203097 1.0 PURPOSE AND SCOPE .................................................................................................... 1 2.0 PROJECT CHARACTERISTICS ...................................................................................... 1 3.0 FIELD EXPLORATION .................................................................................................... 2 4.0 LABORATORY TESTS .................................................................................................... 2 5.0 GENERAL SUBSURFACE CONDITIONS ...................................................................... 2 6.0 DESIGN RECOMMENDATIONS .................................................................................... 3 6.1 Slab-on-Grade Foundations .................................................................................... 3 6.1.1 Subgrade Improvement Using Moisture Conditioning in Zone III ............. 5 6.1.2 Alternative Subgrade Improvement Using Low Plasticity Index (PI) Soil ............................................................................................. 5 6.2 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade .................... 6 6.3 Drainage and Other Considerations ........................................................................ 6 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ............................. 7 7.1 Site Preparation and Grading .................................................................................. 7 7.2 Foundation Excavations .......................................................................................... 9 7.3 Fill Compaction ...................................................................................................... 9 7.4 Utilities .................................................................................................................. 10 7.5 Groundwater ......................................................................................................... 10 8.0 LIMITATIONS ................................................................................................................. 10 APPENDIX A-1 Methods of Field Exploration Boring Location Plan – Figure 1 B-1 Methods of Laboratory Testing Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W203097 1 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (“ALPHA”) to evaluate for D.R. Horton – Texas, Ltd. (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of geotechnical design parameters for the subject construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the project site. Engineering analyses were performed from results of the field exploration and laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests 2.0 PROJECT CHARACTERISTICS It is proposed to develop a residential subdivision (Northstar Section 3, Phase 1) on a tract of land located on the east side of Aston Bates Road about 3,600 ft west of Sendera Ranch Boulevard in Fort Worth, Texas. A site plan illustrating the subject site is provided as Figure 1, the Boring Location Plan, in the Appendix. At the time of the field exploration, the site generally consisted of undeveloped land with gravel access roads associated with two gas well pads. No information regarding previous development on the site was provided to us. Preliminary grading plans prepared by LJA Engineering, Inc. (Project No. NT160-0014, Sheets 69 through 75 dated December 2020) indicates the ground surface has variable topography and generally slopes down towards the southeast about 24 ft (Approximate Elevation 863 ft to 839 ft). These grading plans also indicate cuts of up to 7 ft and fills of up to 12 ft will be required to achieve final grade in the building pad areas. Present plans provide for the construction of new residential buildings. The new structures are expected to create light loads to be carried by the foundations. It is also anticipated the new structures will be supported using post-tensioned slab-on-grade foundations designed for potential seasonal movements of 4½ inches or less. No below grade slabs are planned. ALPHA Report No. W203097 2 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 39 test borings were drilled to a depth of about 15 ft to 20 ft. The borings were drilled in general accordance with ASTM Standard D 420 using standard rotary drilling equipment. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on the Log of Boring sheets (boring logs) included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for residential foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on the Log of Boring sheets in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the project site lies within the undivided Fort Worth Limestone and Duck Creek formation. This undivided formation generally consists of alternating layers of limestone and marl (limey shale). Residual overburden soils associated with these undivided formations generally consist of clay soils characterized by moderate to high shrink-swell potential. Subsurface conditions encountered in about one-half of the borings generally consisted of clay to depths of about 1 ft to 19 ft below the ground surface underlain by limestone extending to the 15 ft to 20 ft termination depths. Alternating layers of clay and limestone extended to the 20 ft termination depth in about one-third of the borings. Clay extended to the 15 ft to 20 ft termination depth of Borings 2, 4, 9, 15, 34, 39 and 49. Limestone encountered at the ground surface extended to the 15 ft termination depth of Borings 11, 42 and 44. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Most of the materials encountered in the borings are relatively impermeable and are expected to have a slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. Free groundwater was encountered on drilling tools during drilling in Borings 4 and 15 at respective depths of about 12 ft and 19 ft below the ground surface and at depths of about 14 ft and 19 ft immediately upon completion of drilling. It is common to encounter seasonal ALPHA Report No. W203097 3 groundwater in from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the boring logs provided in the Appendix. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). Should the project criteria change, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final building plans and specifications for review prior to construction. The following design recommendations were evaluated based on final grades as indicated on the referenced grading plans. Cutting and filling on the site other than depicted on the referenced grading plans can alter the recommended foundation design parameters. Therefore, it is recommended our office be provided with final grading plans prior to construction to verify appropriate design parameters are utilized for final foundation design. 6.1 Slab-on-Grade Foundations Slab-on-grade foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 1.5 kips per sq ft should be used for all grade beams bearing on undisturbed cuts in native soils, on limestone, on fill placed as recommended in Section 7.3 or on moisture improved soil placed as recommended in Section 6.1.1. Grade beams should bear a minimum depth of 12 inches below final grade and should have a minimum width of 10 inches considering the recommended bearing capacity. To reduce cracking as normal movements occur in foundation soils, all grade beams and slab foundations should be adequately reinforced with steel (conventional reinforcing steel and/or post- tensioned reinforcement). It is common to experience some minor cosmetic distress to structures with slab-on-grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slabs and subgrade soils to retard moisture migration through the slabs. Conditions encountered in the test borings, the planned cut/fill within the building pads and results of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties across the site. Such variations in clay thickness and expansive properties will directly affect design parameters used for slab-on-grade foundations. Therefore, lots with apparently common average clay thickness, similar expansive clay properties and similar corresponding estimated potential movements have been grouped into Zones I, II and III and delineated on the Boring Location Plan, Figure 1. Subgrade improvement in the respective Zones (see Figure 1) should be performed using the information summarized in Table A. ALPHA Report No. W203097 4 TABLE A Estimated Potential Seasonal Movements and Recommended Subgrade Improvement ZONE ESTIMATED POTENTIAL MOVEMENT, INCHES IMPROVEMENT REQUIRED TO REDUCE MOVEMENTS TO 4½ INCHES I Up to about 3 No Improvement Required II Up to about 4½ No Improvement Required III Up to about 6 4 ft of Moisture Conditioning Potential seasonal movements were estimated using results from absorption swell tests, in general accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in-situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding our estimates could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off-site locations. Potential seasonal movements were estimated assuming fill material used to raise the grade will consist of onsite or similar material with a plasticity index of 50 or less. If the plasticity index of material used to raise the grade is higher than 50, potential movements could be higher than our estimates. Potential movements estimated for slab foundations in Zone III (see Figure 1 for delineation of Zones) are considered outside normal design tolerances. Movement of slab foundations in Zone III could be reduced to not more than 4½ inches if the upper 4 ft of on-site soils and/or new fill below final grade are moisture conditioned and then covered with an impermeable plastic barrier (polyethylene sheeting). Moisture conditioning recommendations are provided in Section 6.1.1. In choosing moisture conditioning as a method of slab movement reduction, the Client is accepting some post construction movement of slabs (about 4½ inches). Therefore, the Client understands and acknowledges that in the geographical region covered by this report, a potential movement of 4½ inches is considered a reasonable compromise between foundation design and construction cost and the amount of allowable movement of the foundation. Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is intended only for the designated building pad areas plus 5 ft beyond the building pad limits, and not the entire residential lot. Accordingly, planned residences must be exclusively constructed within the building pad designated on the referenced project grading plans. The purpose of the plastic sheeting is to maintain the moisture of the underlying soils relatively the same from the time the plastic sheeting is placed through the time the foundation is placed. This plastic sheeting is not intended as a moisture barrier component for the actual foundation. Any such requirements should be addressed by the designer of the foundation, and should be followed b y the builder. Prior to building on the improved designated building pad area, a surveyor should verify the lateral ALPHA Report No. W203097 5 extent of the plastic sheeting and to confirm that no portion of the new residences will extend beyond the limits of the designated building pad. If any part of the slab footprint extends beyond the designated building pad, ALPHA should be contacted for additional design recommendations. 6.1.1 Subgrade Improvement Using Moisture Conditioning in Zone III Estimated potential movements of slab foundations in Zone III could be reduced to about 4½ inches by moisture-conditioning the uppermost 4 ft of on-site and/or fill soils below final grade as recommended in Table A. Limestone could be encountered within the depth of moisture conditioning, particularly near zone boundaries. It is not required to over-excavate limestone to install moisture conditioned soils. Moisture-conditioning consists of over-excavating (where necessary) and/or filling with on-site soil that is compacted at a “target” moisture content at least 5 percentage points above the material’s optimum moisture content as determined by the standard Proctor method (ASTM D 698). ALPHA should verify any deviation from the minimum required 5 percentage points above optimum during construction. The moisture-conditioned soil should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density. Moisture-conditioning with on-site soil should extend throughout the entire building pad area and at least 5 ft beyond the perimeter of the designated building pad (as indicated on the referenced project grading plans). Following completion of moisture-conditioning and placement of the plastic sheeting, estimated movements in Zone III should not exceed about 4½ inches. The purpose of moisture-conditioning is to reduce the free swell of the moisture- conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify that the “target” moisture content for moisture-conditioning (estimated at 5 percentage points above the material’s optimum moisture content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. Moisture conditioning should be observed and tested on a full time basis by a representative of ALPHA to verify the moisture conditioned clays are placed with the proper lift thickness, moisture content, and density. 6.1.2 Alternative Subgrade Improvement Using Low Plasticity Index (PI) Soil Due to the presence of shallow limestone across some areas of the site, we expect some of the fill material generated from site grading will consist of processed limestone and/or lean clay and limestone mixtures. As an alternative to moisture conditioning with plastic sheeting, potential seasonal movements in Zone III could be reduced to about 4½ inches by placing at least 4 ft of low PI material below final grade. Low PI material could consist of processed limestone and/or lean clay with a plasticity index of 20 or less. ALPHA Report No. W203097 6 6.2 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade Tables B and C contain information for design of the post-tensioned, slab-on-grade foundations. Design parameters were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). TABLE B PTI Design Parameters Potential Seasonal Movement = 3 inches in Zone I Edge Lift Center Lift Edge Moisture Distance (em), ft 4.3 9.0 Differential Soil Movement (ym), inches 1.8 (swell) 1.2 (Shrink) TABLE C PTI Design Parameters Potential Seasonal Movement = 4½ inches In Zone II and after subgrade improvement in Zone III as recommended in Section 6.1 Edge Lift Center Lift Edge Moisture Distance (em), ft 4.3 9.0 Differential Soil Movement (ym), inches 2.2 (swell) 1.6 (Shrink) 6.3 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is essential. In areas with pavement or sidewalks adjacent to the new residences, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post-construction movement of pavement and flatwork is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as resealing where necessary. Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab systems:  Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 ft from the completed structures.  Large trees and shrubs should not be allowed closer to the foundation than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. ALPHA Report No. W203097 7  Moisture conditions should be maintained “constant” around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report.  Planter box structures placed adjacent to building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy.  Architectural design of the floor slabs should avoid additional features such as wing walls as extensions of the slab. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structure. 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 7.1 Site Preparation and Grading Limestone was encountered within 4 ft of the ground surface in several of the borings. We expect limestone will encountered during grading and general excavation at this site. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting slab foundations, flatwork pavement or areas to receive new fill should be properly prepared.  After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. ALPHA Report No. W203097 8  The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 20 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil.  Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof roll should be removed and replaced with well-compacted material as outlined in Section 7.3.  Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. ALPHA Report No. W203097 9 7.2 Foundation Excavations All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations should be placed as soon as practical after the excavation is made. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, excavations should be slightly deepened and cleaned, in order to provide a fresh bearing surface. 7.3 Fill Compaction The following are recommendations pertaining to general fill compaction. Moisture conditioned soil should conform to the recommendations provided in Section 6.1. Clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as fill should be processed and the largest particle or clo d should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D -698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. ALPHA Report No. W203097 10 7.4 Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within –2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. 7.5 Groundwater Groundwater was encountered in Borings 4 and 15 at depths of about 12 ft to 19 ft below the ground surface. From our experience, shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for pavement, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence o f hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these services. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific ALPHA Report No. W203097 11 structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA’s written acceptance of such intended use. Any such third party using this report after obtaining ALPHA’s written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA’s liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non - compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. APPENDIX ALPHA Report No. W203097 A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of 49 test borings were performed for this geotechnical exploration. The approximate locations of the borings are shown on the Boring Location Plan, Figure 1. The test boring locations were staked using a handheld GPS unit or by pacing/taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the methods used to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin-wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. A modified version of the Texas Cone Penetration (TCP) test was completed in the field to determine the apparent in-place strength characteristics of the rock type materials. A 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for TxDOT strength correlations. In this case, ALPHA TESTING, INC. has modified the procedure by using a 140-pound hammer dropping 30-inches for completion of the field test. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field log and are shown on the Log of Boring sheets as “TX Cone” (reference TxDOT Test Method TEX 132-E, as modified). Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. GEOTECHNICAL EXPLORATION NORTHSTAR - SECTION 3 - PHASE 1 OFF BATES ASTON ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W203097 BORING LOCATION PLAN FIGURE 1 B-40 B-39 B-38 B-37 B-36 B-35 B-34 B-32 B-49 B-48 B-47 B-46 B-45 B-44 B-42 B-43 B-41 B-33 B-16 B-15 B-14 B-12 B-11 B-10 B-9 B-8 B-7 B-6 B-4 B-31 B-17 B-18 B-21 B-26 B-28 B-29 B-25 B-24 B-23 B-22 B-20 B-19 B-27 B-30 B-5 B-13 B-1 B-2 B-3 BATES ASTON ROAD I I I I I I I I I I I I I I I I II II II II II II II II II II II II II II II II II II II II II II II III III III III III III III III III III III III III III III III III III III III III III III N APPROXIMATE BORING LOCATION ZONE II I ZONE I II ZONE III III ALPHA Report No. W203097 B-1 METHODS OF LABORATORY TESTING Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318) and dry unit weight determinations were performed on selected samples. In addition, unconfined compressive strength tests (ASTM D 2166) and pocket-penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clayey soils were further analyzed by absorption swell tests in general accordance with ASTM D 4546. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell tests are provided on the Log of Boring sheets. Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2020 12/19/2020 CONTINUOUS FLIGHT AUGER 1 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY with calcareous nodules 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.5 381.2 79 3.25 30 4.5 26 74 25 49 2.5 4.5+22 2.75 22 51 50/5.50 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2020 12/19/2020 CONTINUOUS FLIGHT AUGER 2 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 8.0 Tan CLAY with calcareous nodules 15.0 TEST BORING TERMINATED AT 15 FT 3.75 29 4.5+20 4.5+19 70 23 47 2.0 4.5+24 3.75 21 3.75 19 46 20 26 0.0 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2020 12/19/2020 CONTINUOUS FLIGHT AUGER 3 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 6.0 Tan CLAY with calcareous nodules 14.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.5 35 4.5+22 4.5+13 4.5+15 0.0 2.25 14 19 64 100/7.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2020 12/19/2020 CONTINUOUS FLIGHT AUGER 4 W203097 Fort Worth, Texas 170 / 24 12 14 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 10.0 Tan CLAY with calcareous nodules 15.0 TEST BORING TERMINATED AT 15 FT 3.75 33 4.5+21 4.5+18 76 23 53 1.6 4.5+19 4.0 22 3.5 19 46 18 28 0.3 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 5 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan CLAY with calcareous nodules 6.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.0 35 4.5+20 75 24 51 4.5+12 100/3.75" 43 45 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 6 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 13.0 Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 3.25 33 4.5 22 62 22 40 0.0 50/4" 49 100/8.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 7 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 2.25 21 100/9" 100/1.25" 50/0.75" 100/1.50" 100/3.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 8 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 3.0 31 76 27 49 61 100/3.25" 28 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 9 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 8.0 Tan CLAY with calcareous nodules 20.0 TEST BORING TERMINATED AT 20 FT 2.75 322.1 87 4.5+24 4.5+21 4.5+21 75 24 51 2.9 4.5+20 3.5 20 2.75 17 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 10 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 3.0 Tan WEATHERED LIMESTONE 12.0 Tan and Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 3.75 32 4.5+21 75 25 50 3.1 4.5+22 61 23 38 0.3 36 52 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 11 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 100/6.50" 100/2.50" 100/1.75" 100/2" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 12 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 4.5+14 49 23 26 100/2" 100/1.25" 100/3" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 13 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 54 26 28 100/0.75" 100/4.50" 50/4" 100/2" 100/3.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 14 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 15.0 TEST BORING TERMINATED AT 15 FT 4.5+28 88 29 59 77 100/7" 100/6.25" 60 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 15 W203097 Fort Worth, Texas 170 / 24 19 19 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 12.0 Tan CLAY with calcareous nodules 20.0 TEST BORING TERMINATED AT 20 FT 3.0 34 2.5 34 2.75 30 3.25 28 3.75 27 3.0 18 38 18 20 0.0 2.5 13 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 16 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 12.0 Tan and Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 4.0 24 4.5+18 43 20 23 0.0 100/4.50" 100/14.50" 100/4.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 17 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 51 23 28 48 70 100/3.50" 100/0.75" 100/1.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 18 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 3.25 291.8 95 54 100/2" 100/7.50" 100/0.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 19 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.25 24 73 24 49 100/2" 50/2.25" 50/6" 100/2.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 20 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 4.25 28 100/5.75" 100/3.75" 100/6.25" 50/3.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 21 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 13.0 Tan and Gray SHALY CLAY 19.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.25 34 4.5+15 70 22 48 3.2 4.5+23 4.5+19 50/5" 43/6" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/16/2021 12/16/2021 CONTINUOUS FLIGHT AUGER 22 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan CLAY with calcareous deposits 4.0 Tan LIMESTONE with clay seams and layers 12.0 Tan CLAY 15.0 TEST BORING TERMINATED AT 15 FT 2.5 20 50 19 31 4.0 24 4.5+16 47 20 27 0.0 100/8.50" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 23 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 12.0 - with 1 ft clay layer at 7' Tan and Gray SHALY CLAY 19.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.25 31 4.5+19 51 23 28 0.0 71 100/6.25" 100/1.75" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/16/2021 12/16/2021 CONTINUOUS FLIGHT AUGER 24 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan WEATHERED LIMESTONE 2.0 Tan CLAY with calcareous deposits 5.0 Tan WEATHERED LIMESTONE 6.0 Tan CLAY with calcareous deposits 8.0 Tan LIMESTONE with clay seams and layers 14.0 Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 2.25 37 4.5+10 4.5+10 44 20 24 0.0 4.5+11 4.5+13 44 17 27 2.0 100/0.50" 30/6" 100/0.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 25 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+163.1 103 100/2.75" 50/2.25" 100/0.75" 50/1.50" 100/3.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 26 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 6.0 Tan CLAY 8.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 2.25 35 4.5+13 34 15 19 0.8 100/0.25" 40 100/0.75" 100/0.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 27 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 11.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 2.0 320.9 86 100/0.50" 100/0.75" 100/6" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 28 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan CLAY with calcareous deposits 3.0 Tan LIMESTONE with clay seams and layers 15.0 TEST BORING TERMINATED AT 15 FT 4.5+20 4.5+10 37 19 18 100/4.50" 100/0.50" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/16/2021 12/16/2021 CONTINUOUS FLIGHT AUGER 29 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan WEATHERED LIMESTONE 6.0 Tan CLAY with calcareous deposits 7.0 Tan LIMESTONE with clay seams and layers 13.0 Tan CLAY 20.0 TEST BORING TERMINATED AT 20 FT 2.25 37 3.25 33 4.5+14 44 20 24 0.0 4.5+20 4.5+16 28/12" 100/0.50" 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 30 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 3.0 Tan WEATHERED LIMESTONE 4.0 Tan CLAY with calcareous deposits 5.0 Tan LIMESTONE with clay seams and layers 13.0 Tan and Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 2.25 36 4.5 22 78 26 52 4.1 4.5+15 4.0 24 65 24 41 0.0 64/12" 100/4.50" 50/2.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 31 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan CLAY iwth calcareous deposits and limestone fragments 7.0 Tan LIMESTONE with clay seams and layers 15.0 Tan and Gray SHALY CLAY 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.75 37 4.5+10 4.5+12 39 20 19 0.0 4.5+12 4.5+24 44/12" 100/0.75" 62/12" 100/5.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 32 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 15.0 TEST BORING TERMINATED AT 15 FT 2.75 34 4.5+26 85 28 57 0.8 39/12" 100/7.25" 46/12" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/16/2021 12/16/2021 CONTINUOUS FLIGHT AUGER 33 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan CLAY with calcareous deposits 7.0 Tan LIMESTONE with clay seams and layers 10.0 Tan and Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 2.0 35 4.5+25 79 27 52 0.0 4.5+20 4.5+16 3.25 25 4.5+21 100/0.75" 34/12" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 34 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Brown CLAY 8.0 Tan CLAY with calcareous nodules 15.0 TEST BORING TERMINATED AT 15 FT 2.5 39 3.75 26 4.0 26 4.0 21 70 22 48 0.1 3.75 22 3.0 26 53 21 32 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 35 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY with calcareous nodules 18.0 Tan and Gray SHALY CLAY 19.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.0 35 4.5+26 4.5+23 4.5+12 60 19 41 0.0 4.5+20 3.75 27 4.5+20 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 36 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 15.0 TEST BORING TERMINATED AT 15 FT 2.5 36 76 27 49 4.5+23 42/12" 46/12" 100/5.25" 100/8" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/16/2021 12/16/2021 CONTINUOUS FLIGHT AUGER 37 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan WEATHERED LIMESTONE 3.0 Tan CLAY with calcareous deposits 5.0 Tan LIMESTONE with clay seams and layers 12.0 Tan and Gray SHALY CLAY 16.0 Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 2.5 351.7 85 3.0 15 35 16 19 4.5+26 4.5+17 49 21 28 46/12" 100/1.50" 100/1.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 38 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 5.0 Tan LIMESTONE with clay seams and layers 8.0 Tan CLAY with calcareous nodules 10.0 Tan and Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 2.25 36 3.25 29 4.5+11 60 19 41 0.0 4.5+23 4.5+25 65 25 40 1.1 50/5.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 39 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 8.0 Tan CLAY 20.0 - with 1 ft limestone layer at 16' TEST BORING TERMINATED AT 20 FT 2.75 36 4.25 34 4.5+26 82 26 56 3.5 24 3.5 19 3.25 29 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/14/2021 12/14/2021 CONTINUOUS FLIGHT AUGER 40 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 11.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 4.5+22 51 23 28 100/0.50" 100/1.25" 100/7" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/10/2021 12/10/2021 CONTINUOUS FLIGHT AUGER 41 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan CLAY with calcareous deposits 1.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+7 31 17 14 100/4" 100/2" 100/3" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/10/2021 12/10/2021 CONTINUOUS FLIGHT AUGER 42 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 100/3.50" 100/2.75" 100/1.50" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/10/2021 12/10/2021 CONTINUOUS FLIGHT AUGER 43 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 11.0 Tan CLAY 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+92.9 116 23 50 20 30 50/3.25" 100/4" 100/4" 100/1.75" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/14/2021 12/14/2021 CONTINUOUS FLIGHT AUGER 44 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 8.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 50/6" 100/3.50" 100/2.50" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/14/2021 12/14/2021 CONTINUOUS FLIGHT AUGER 45 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 14.0 Gray SHALY CLAY 19.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.25 33 75 28 47 4.5+12 43 16 27 0.0 4.5+18 100/3.75" 50/3.50" 100/8.50" 100/0.50" 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/10/2021 12/10/2021 CONTINUOUS FLIGHT AUGER 46 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan CLAY 1.0 Tan LIMESTONE with clay seams and layers 15.0 - with 1 ft clay layer at 6 ft Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+11 55 23 32 50/2.50" 50/5.50" 100/8.50" 100/3.25" 100/1.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/14/2021 12/14/2021 CONTINUOUS FLIGHT AUGER 47 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan LIMESTONE with clay seams and layers 11.0 Tan and Gray SHALY CLAY 17.0 Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 2.25 342.1 89 3.5 23 4.5 12 52 19 33 0.0 4.25 28 4.5+22 100/0.25" 100/5.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 48 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan CLAY with calcareous nodules 5.0 Tan WEATHERED LIMESTONE 12.0 Tan and Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 4.5+18 2.75 26 4.0 16 32 17 15 0.0 4.5+16 51 22 29 0.0 50/5" 50/2.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/14/2021 12/14/2021 CONTINUOUS FLIGHT AUGER 49 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan WEATHERED LIMESTONE 7.0 Tan CLAY with calcareous nodules 20.0 TEST BORING TERMINATED AT 20 FT 3.5 32 4.5+27 4.5+25 4.5+15 4.5+18 66 24 42 0.0 4.5+22 3.5 19 100/7.50" Sheet 1 of 1 TEXAS CONE PENETRATION FILL LIMESTONE (MH), Elastic SILT SANDSTONE (GP), Poorly Graded GRAVEL LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 SAMPLING SYMBOLS (OL), ORGANIC SILT (OH), ORGANIC CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm SOIL & ROCK SYMBOLS KEY TO SOIL SYMBOLS AND CLASSIFICATIONS (CH), High Plasticity CLAY VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE ROCK CORE (2" ID except where noted otherwise) PARTICLE SIZE IDENTIFICATION (DIAMETER) (CL), Low Plasticity CLAY (SP), Poorly Graded SAND (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 RELATIVE PROPORTIONS (%) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 SHEAR STRENGTH OF COHESIVE SOILS (tsf) RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL (SC), CLAYEY SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT Dallas • Fort Worth • Houston • San Antonio Geotechnical Construction Materials Environmental TBPE Firm No. 813 5058 Brush Creek Road Fort Worth, Texas 76119 Tel: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com January 25, 2021 D.R. Horton – Texas, Ltd. 6751 North Freeway Fort Worth, TX 76131 Attention: Mr. Justin Bosworth, P.E. Re: Pavement Recommendations Northstar – Section 3 – Phase 1 Off Bates Aston Road Fort Worth, Texas ALPHA Report No. W203097-A Submitted herein are the recommended pavement sections for the proposed subdivision (Northstar – Section 3 – Phase 1). The proposed subdivision is generally located on the east side of Aston Bates Road about 3,600 ft west of Sendera Ranch Boulevard in Haslet, Texas. This study was authorized by Mr. Ben Clark on November 4, 2020 and performed in accordance with ALPHA Proposal No. 80411 dated October 23, 2020. A report containing recommendations for residential foundations is issued under ALPHA Report No. W203097 dated January 22, 2021. The purpose of this study is to develop pavement sections for the planned streets in the subject subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed streets within the subdivision could be classified as “Residential- Urban”, “Collector” or “Arterial”, as described in the referenced manual. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (“ALPHA”) to evaluate for the “Client” some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accom plished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. ALHA Report No. W203097-A 2 The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential -Urban Collector Arterial PCC Pavement Thickness(in) placed on lime stabilized subgrade soil 6 7½ 10 28-day Concrete Compressive Strength (psi) 3,600 3,600 3,600 Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime Application Rate (lbs per sq yd) 30 36 36 Reinforcing Bar No. 3 3 4 Reinforcing Bar Spacing (in) 18 18 18 Recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 39 test borings to depths of about 15 ft to 20 ft each. The test borings were performed in general accordance with ASTM D 420 using standard rotary drilling equipment. The approximate location of each boring is shown on the attached Boring Location Plan, Figure 1. Subsurface types encountered during the field exploration are presented on the attached Log of Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: ALHA Report No. W203097-A 3  Moisture Content (ASTM D 2216)  Atterberg-Limits (ASTM D 4318)  Unconfined Compressive Strength (ASTM D 2166)  Sulfate Content (TX-145-E Part II)  Lime Series (Plasticity Index vs. Lime Content) In addition to conventional laboratory testing to assess engineering properties of the soils obtained, bulk samples were obtained from the site near the vicinity of Boring 14 for moisture- density relationship testing (standard Proctor, ASTM D 698) and California Bearing Ratio testing (CBR, ASTM D 1183). Individual test results are presented on the attached Log of Boring or summary data sheets. GENERAL SUBSURFACE CONDITIONS Based on geological maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the project site lies within the undivided Fort Worth Limestone and Duck Creek formation. This undivided formation generally consists of alternat ing layers of limestone and marl (limey shale). Residual overburden soils associated with these undivided formations generally consist of clay soils characterized by moderate to high shrink-swell potential. Subsurface conditions encountered in about one-half of the borings generally consisted of clay to depths of about 1 ft to 19 ft below the ground surface underlain by limestone extending to the 15 ft to 20 ft termination depths. Alternating layers of clay and limestone extended to the 20 ft termination depth in about one-third of the borings. Clay extended to the 15 ft to 20 ft termination depth of Borings 2, 4, 9, 15, 34, 39 and 49. Limestone encountered at the ground surface extended to the 15 ft termination depth of Borings 11, 42 and 44. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Most of the materials encountered in the borings are relatively impermeable and are expected to have a slow response to water movement. Therefore, several days of observati on would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. Free groundwater was encountered on drilling tools during drilling in Borings 4 and 15 at respective depths of about 12 ft and 19 ft below the ground surface and at depths of about 14 ft and 19 ft immediately upon completion of drilling. It is common to encounter seasonal groundwater in from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the attached boring logs. ALHA Report No. W203097-A 4 ENGINEERING ANALYSIS AND RECOMENDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross-sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Subgrade Preparation Based on preliminary grading plans (LJA Engineering, Inc. Project No. NT160-0014, Sheets 69 through 75 dated December 2020) and review of the borings it is expected the pavement subgrade could consist of clay or similar onsite materials used for grading the site. The pavement subgrade could also consist of limestone in some areas. Since the subgrade conditions and required treatments could vary along the proposed road alignment, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively. Residential Urban and Collector/Arterial streets should then be mixed with a minimum 30 and 36 lbs per sq yard of hydrated lime (by dry soil weight), respectively, in conformance with TxDOT Standard Specifications Item 260. The recommended application rate for Residential Urban streets is the minimum required by the City of Fort Worth. The application rate for Collector/Arterial streets equates to about 6 percent by weight based on a dry soil unit weight of 100 pcf. The results of lime series tests performed on representative clay samples are attached (Figure 4). Lime application rates provided herein are preliminary and the actual amount will be determined from testing of bulk samples taken from the constructed pavement subgrade prior to placing steel and concrete. We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil-lime mixture is at/or below 15. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades as could experience soil-related potential seasonal movements of up to about 6 inches. Potential seasonal movements are discussed in the referenced foundation report. California Bearing Ratio (CBR) tests performed for this specific project indicate the CBR values for the natural clay soil tested could be about 4.1 to 4.8 (Figure 3). Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. ALHA Report No. W203097-A 5 Lime stabilization is not required where limestone is exposed at the final pavement subgrade elevation. Flexible base material, limestone cuttings or cuttings from adjacent lime stabilized clays can be used in these areas as a leveling course. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section.  Compressive strength of concrete 3,600 psi at 28 days  Modulus of Elasticity 4,000,000 psi  Modulus of Rupture 620 psi  Modulus of Subgrade Reaction* 280 pci  Load Transfer Co-efficient 3.0  Drainage Coefficient 1.0  Initial PSI 4.5  Terminal PSI for 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial)  Standard Deviation 0.39  Reliability 85 percent *Subgrade prepared with lime stabilization as discussed in the previous section. Using the Street Classification of “Residential-Urban” as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25 -year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs ove r the design life of the Residential Urban street pavement to be about 930,000. Using the Street Classification of “Collector” as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent S ingle Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 3,000,000. Using the Street Classification of “Arterial” as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads (ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 13,000,000. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. ALHA Report No. W203097-A 6 Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 7½-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 5 ± 1 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw-cutting in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. Drainage and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A total of eight (8) samples obtained from the borings were tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. TABLE B Soluble Sulfates Sample No. Boring No. Depth, ft Material Type Soluble Sulfate, mg/Kg (ppm) 1 2 2-4 Dark Brown CLAY 45 2 14 0-2 Dark Brown CLAY 56 3 15 0-2 Dark Brown CLAY 53 4 18 0-2 Dark Brown CLAY 53 5 22 2-4 Tan CLAY 50 6 30 0-2 Dark Brown CLAY 60 7 40 0-1 Dark Brown CLAY 64 8 48 2-4 Dark Brown CLAY 49 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed along the pavement subgrade during construction. During construction, experienced geotechnical personnel should make close observations for possible sulfate reactions. ALHA Report No. W203097-A 7 GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. Site Preparation and Grading Limestone was encountered within 4 ft of the ground surface in several of the borings. We expect limestone will be encountered during general excavation at this site. From our experience, this limestone can be hard and may be difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) ma y be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting pavement or areas to receive new fill should be properly prepared. After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probi ng and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof-roll should be removed and replaced with well-compacted material as outlined in the Fill Compaction section. Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. ALHA Report No. W203097-A 8 Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation section. Clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content du ring placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of pavement, the maximum allowable size of individual rock pieces should be reduced to ALHA Report No. W203097-A 9 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry d ensity (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or steeper and greater than 5 ft in height, field density and moisture content tests should be performed on each lift. Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within –2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. Groundwater Groundwater was encountered in Borings 4 and 15 at depths of about 12 ft to 19 ft below the ground surface. From our experience, shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for pavement, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. ALHA Report No. W203097-A 10 In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined on the cover page of this report. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA’s written acceptance of such intended use. Any such third party using this report after obtaining ALPHA’s written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA’s liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. ALHA Report No. W203097-A 11 CLOSING We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, ALPHA TESTING, INC. January 25, 2021 Kimberly Fyffe Brian J. Hoyt, P.E. Geotechnical Project Manager Geotechnical Department Manager KLF/BJH/klf Copies: (1-PDF) Client Attachments: Boring Location Plan – Figure 1 Moisture – Density Relationship – Figure 2 California Bearing Ratio (CBR) – Figure 3 Mechanical Lime Series – Figure 4 WinPAS Analysis Results Log of Borings (Borings 1 through 49) Key to Soil Symbols and Classifications B-1: -�-- —� . � ' -`�' �� + ,,.. . _�,�-�. � ' - � �' r � � . '; i . � '3 ': y' _• �'• �� � • �-�i � �_ r� - - � 1 � . L —�� f +� �.� ��`-. c. r .:"... ' �-� �� . r•! ' ,� Y�- � - - �i-�iwa - ' �+(� �- 1 1 - � - t - �- , - _ : -� r. � �� :� �.f, titi � � ��+ B-] 1 .' � _ „ �•.B-3 � .�..� .. 1 � `��, . �. � �.� � � ' �' ..�' �. .`��.i �," �- ; �` B-� �, � � ��ti r� _;• � f ti. - � -. � � :,a� � �}-' . ,fs�. ' . . ��.~ �1S �,�.8_ �' ;� �: . � . y , �� � .� ��� ti � � - ' }�" �' . ��* ��" - ~y q .,..�x' -� . _ �-� � 1 �. 5 +� . • ` ��' ,- . } ,5 �1 "'L �-1 � ' 1 ~ � � � - � ~ • � 4'�• � . �� + 'h �j {� ! L� �+ '� •� L}_y7 I ' ti ,,:y-, �- � , t + � , . �� �' - �5 ��-� B-'D • � � B-1 � � '�5 ti � * � - . '`� . r ��� 1 � I ''� -- j . f �- � 1 `}Q �� � F � 5 � � � �-_4?� " ' , 1�'� � � � ���5 jy +'' - ��' r �,� - �� _ •• ' �-_: � . � . ,��� i � ti�,' ti�� � 5 �i'*y5 ��" r� �-���' � • f��r { � • ',5'�t � � ti �'X yp�� . r '� + � �-} 5 . �1 t ' _ 4•' . '. ' :. Y . . 1 I _ 5 � • . . '. -r_+k. } � , � .. 1� � ���i ' - n� � - {5u, , {f , � 'iA ;� . �--- J� '� � LJ'll }� . - ' e S �_ �? �' '�1 vL ''• 1 'f� { 16 ��� ~_ _ i � • � ' rr � , r � � ! q~ ? / � 'i y �' k .r '� ti .5 * • �-�� • � 4 � ' � � S'�' : _ `� � �,�. ' = f _{ -��' �4 .'it.� . �- �� �,' + � � ' ��'�y�� + �-�'f � }ks �-= l 4 , , . � �. � a,� _ � �'� r�� �', F ' ��` � • _ _ �', � ." 5 � • � �� �� ' I � �y ,� � -L �r i '� 5: �� �i,�'� �� }y � s } ,��{J• �_�U�} ' • � ' '� � 4 �' �i _#�' ' � y *.� '� ' T � � 4 �+'�� �� S �� �y,� � ��� y .��� � � �T+ ' . � �5' } ' . � _ � � �1' � 1r��V '4� �!��aL L '� =�1 � � ,� L'T� { � ' � `� � �'' � ''��''� �!+., •���... �—il• _ �5. � r � ��V � �ti ��- 't ,'�'� ��I,'�'� ��-' �•+ -{ � - - '- .5'�'�. _ `�'�•. i , . �.+ �-}�"q" ti� ��'45 i' . � '�'�----- L' ti i �� I 5� `�' .■ ' 4 � � � �* 1 �' . _ .r�' • 1 { _ �� ' ' � 1 � , �� �. �� 1 � n� 4� � {� �5 � �'T: � �� .'y� nli t '� ' � �r r�� �x '� �� �• �j� �. , �i 4 . ' . h +' J } �• . 'f � f ' �•,f. �'. ' f �.��#8�' � ��± � .� �� B�'��, � ` � , B� � � � �'� • �~ . � ; .- . .� ���� � . - �• � � .B� �. �� �EOTE��HNI���iL��PL��?�TI�� rti 4rrMsF��,�tii� �sfFxi,i.�.t�i �t�sr� RTO�TH�T� - SF�II�� � - FIi�iSF 1 � � � � � � � � � � � � _. OFF B ��ES �'��� R�� F�R�4L��1�3�i.1��� 1hHEA= IT �CL CE�IN� :�iL�iL� ��kl�� 1 �TV. :i���L3L'� � I I � FI��=RE 1 ��F..L�� L�� ���� PL�=.� 11/16/20 CLASSIFICATION: SAMPLE LOCATION: TEST METHOD:ASTM D698-B TESTED FOR:SOIL ID NUMBER: 80.2 PCF 32.5 % LIQUID LIMIT:70 PROJECT:PLASTIC LIMIT:29 PLASTICITY INDEX: 87% Respectfully Submitted, Brian Hoyt ALPHA TESTING, INC. OUR REPORT NO.: 41 D. R. Horton - Texas, Ltd. (DFW West Division) Fort Worth, Texas Northstar Section 3 Phase 1 Fort Worth, Texas W203097-A Dark Brown Clay 5058 Brush Creek Road Fort Worth, Texas 76119 Geotechnical I Construction Materials I Environmental www.alphatesting.com TBPE Firm No. 813 Boring 14 MAXIMUM DRY UNIT WEIGHT: % FINER THAN NO. 200 SIEVE: OPTIMUM MOISTURE CONTENT: MATERIAL DESCRIPTION: CH 63 68 73 78 83 88 93 98 15%20%25%30%35%40%45%50%DRY UNIT WEIGHT (lbs/cu.ft.)MOISTURE CONTENT MOISTURE DENSITY RELATIONSHIP CBR @ 0.20 Inches = 4.10% FIGURE 3 Material Description: Dark Brown Clay Sample Location: Boring 14 CBR @ 0.10 Inches = 4.80% Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D1883) Project No:W203097-A Date:11/16/21 0 10 20 30 40 50 60 70 80 90 100 0.0 0.1 0.2 0.3 0.4 0.5 0.6Stress, psiPenetration, in FIGURE 4 PI 51 24 20 15 11 % Lime 0%2%4%6%8% Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No:W203097-A Date:01/11/21 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15%PIPercent Dry Weight of Lime WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Residential Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 5.91 930,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.00 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:12:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Collector Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 7.52 3,000,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.25 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:11:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Arterial Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 9.87 13,000,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.50 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:09:59PM Engineer: Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2020 12/19/2020 CONTINUOUS FLIGHT AUGER 1 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY with calcareous nodules 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.5 381.2 79 3.25 30 4.5 26 74 25 49 2.5 4.5+22 2.75 22 51 50/5.50 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2020 12/19/2020 CONTINUOUS FLIGHT AUGER 2 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 8.0 Tan CLAY with calcareous nodules 15.0 TEST BORING TERMINATED AT 15 FT 3.75 29 4.5+20 4.5+19 70 23 47 2.0 4.5+24 3.75 21 3.75 19 46 20 26 0.0 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2020 12/19/2020 CONTINUOUS FLIGHT AUGER 3 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 6.0 Tan CLAY with calcareous nodules 14.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.5 35 4.5+22 4.5+13 4.5+15 0.0 2.25 14 19 64 100/7.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2020 12/19/2020 CONTINUOUS FLIGHT AUGER 4 W203097 Fort Worth, Texas 170 / 24 12 14 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 10.0 Tan CLAY with calcareous nodules 15.0 TEST BORING TERMINATED AT 15 FT 3.75 33 4.5+21 4.5+18 76 23 53 1.6 4.5+19 4.0 22 3.5 19 46 18 28 0.3 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 5 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan CLAY with calcareous nodules 6.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.0 35 4.5+20 75 24 51 4.5+12 100/3.75" 43 45 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 6 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 13.0 Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 3.25 33 4.5 22 62 22 40 0.0 50/4" 49 100/8.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 7 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 2.25 21 100/9" 100/1.25" 50/0.75" 100/1.50" 100/3.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 8 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 3.0 31 76 27 49 61 100/3.25" 28 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 9 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 8.0 Tan CLAY with calcareous nodules 20.0 TEST BORING TERMINATED AT 20 FT 2.75 322.1 87 4.5+24 4.5+21 4.5+21 75 24 51 2.9 4.5+20 3.5 20 2.75 17 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 10 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 3.0 Tan WEATHERED LIMESTONE 12.0 Tan and Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 3.75 32 4.5+21 75 25 50 3.1 4.5+22 61 23 38 0.3 36 52 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 11 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 100/6.50" 100/2.50" 100/1.75" 100/2" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 12 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 4.5+14 49 23 26 100/2" 100/1.25" 100/3" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 13 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 54 26 28 100/0.75" 100/4.50" 50/4" 100/2" 100/3.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 14 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 15.0 TEST BORING TERMINATED AT 15 FT 4.5+28 88 29 59 77 100/7" 100/6.25" 60 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 15 W203097 Fort Worth, Texas 170 / 24 19 19 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 12.0 Tan CLAY with calcareous nodules 20.0 TEST BORING TERMINATED AT 20 FT 3.0 34 2.5 34 2.75 30 3.25 28 3.75 27 3.0 18 38 18 20 0.0 2.5 13 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 16 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 12.0 Tan and Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 4.0 24 4.5+18 43 20 23 0.0 100/4.50" 100/14.50" 100/4.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 17 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 51 23 28 48 70 100/3.50" 100/0.75" 100/1.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 18 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 3.25 291.8 95 54 100/2" 100/7.50" 100/0.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/19/2021 12/19/2021 CONTINUOUS FLIGHT AUGER 19 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.25 24 73 24 49 100/2" 50/2.25" 50/6" 100/2.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 20 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 4.25 28 100/5.75" 100/3.75" 100/6.25" 50/3.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 21 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 13.0 Tan and Gray SHALY CLAY 19.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.25 34 4.5+15 70 22 48 3.2 4.5+23 4.5+19 50/5" 43/6" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/16/2021 12/16/2021 CONTINUOUS FLIGHT AUGER 22 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan CLAY with calcareous deposits 4.0 Tan LIMESTONE with clay seams and layers 12.0 Tan CLAY 15.0 TEST BORING TERMINATED AT 15 FT 2.5 20 50 19 31 4.0 24 4.5+16 47 20 27 0.0 100/8.50" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 23 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 12.0 - with 1 ft clay layer at 7' Tan and Gray SHALY CLAY 19.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.25 31 4.5+19 51 23 28 0.0 71 100/6.25" 100/1.75" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/16/2021 12/16/2021 CONTINUOUS FLIGHT AUGER 24 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan WEATHERED LIMESTONE 2.0 Tan CLAY with calcareous deposits 5.0 Tan WEATHERED LIMESTONE 6.0 Tan CLAY with calcareous deposits 8.0 Tan LIMESTONE with clay seams and layers 14.0 Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 2.25 37 4.5+10 4.5+10 44 20 24 0.0 4.5+11 4.5+13 44 17 27 2.0 100/0.50" 30/6" 100/0.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 25 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+163.1 103 100/2.75" 50/2.25" 100/0.75" 50/1.50" 100/3.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 26 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 6.0 Tan CLAY 8.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 2.25 35 4.5+13 34 15 19 0.8 100/0.25" 40 100/0.75" 100/0.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 27 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 11.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 2.0 320.9 86 100/0.50" 100/0.75" 100/6" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 28 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan CLAY with calcareous deposits 3.0 Tan LIMESTONE with clay seams and layers 15.0 TEST BORING TERMINATED AT 15 FT 4.5+20 4.5+10 37 19 18 100/4.50" 100/0.50" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/16/2021 12/16/2021 CONTINUOUS FLIGHT AUGER 29 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan WEATHERED LIMESTONE 6.0 Tan CLAY with calcareous deposits 7.0 Tan LIMESTONE with clay seams and layers 13.0 Tan CLAY 20.0 TEST BORING TERMINATED AT 20 FT 2.25 37 3.25 33 4.5+14 44 20 24 0.0 4.5+20 4.5+16 28/12" 100/0.50" 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 30 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 3.0 Tan WEATHERED LIMESTONE 4.0 Tan CLAY with calcareous deposits 5.0 Tan LIMESTONE with clay seams and layers 13.0 Tan and Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 2.25 36 4.5 22 78 26 52 4.1 4.5+15 4.0 24 65 24 41 0.0 64/12" 100/4.50" 50/2.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 31 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan CLAY iwth calcareous deposits and limestone fragments 7.0 Tan LIMESTONE with clay seams and layers 15.0 Tan and Gray SHALY CLAY 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.75 37 4.5+10 4.5+12 39 20 19 0.0 4.5+12 4.5+24 44/12" 100/0.75" 62/12" 100/5.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 32 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 15.0 TEST BORING TERMINATED AT 15 FT 2.75 34 4.5+26 85 28 57 0.8 39/12" 100/7.25" 46/12" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/16/2021 12/16/2021 CONTINUOUS FLIGHT AUGER 33 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan CLAY with calcareous deposits 7.0 Tan LIMESTONE with clay seams and layers 10.0 Tan and Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 2.0 35 4.5+25 79 27 52 0.0 4.5+20 4.5+16 3.25 25 4.5+21 100/0.75" 34/12" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 34 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Brown CLAY 8.0 Tan CLAY with calcareous nodules 15.0 TEST BORING TERMINATED AT 15 FT 2.5 39 3.75 26 4.0 26 4.0 21 70 22 48 0.1 3.75 22 3.0 26 53 21 32 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 35 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY with calcareous nodules 18.0 Tan and Gray SHALY CLAY 19.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.0 35 4.5+26 4.5+23 4.5+12 60 19 41 0.0 4.5+20 3.75 27 4.5+20 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/18/2021 12/18/2021 CONTINUOUS FLIGHT AUGER 36 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 15.0 TEST BORING TERMINATED AT 15 FT 2.5 36 76 27 49 4.5+23 42/12" 46/12" 100/5.25" 100/8" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/16/2021 12/16/2021 CONTINUOUS FLIGHT AUGER 37 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan WEATHERED LIMESTONE 3.0 Tan CLAY with calcareous deposits 5.0 Tan LIMESTONE with clay seams and layers 12.0 Tan and Gray SHALY CLAY 16.0 Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 2.5 351.7 85 3.0 15 35 16 19 4.5+26 4.5+17 49 21 28 46/12" 100/1.50" 100/1.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 38 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 5.0 Tan LIMESTONE with clay seams and layers 8.0 Tan CLAY with calcareous nodules 10.0 Tan and Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 2.25 36 3.25 29 4.5+11 60 19 41 0.0 4.5+23 4.5+25 65 25 40 1.1 50/5.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/15/2021 12/15/2021 CONTINUOUS FLIGHT AUGER 39 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 8.0 Tan CLAY 20.0 - with 1 ft limestone layer at 16' TEST BORING TERMINATED AT 20 FT 2.75 36 4.25 34 4.5+26 82 26 56 3.5 24 3.5 19 3.25 29 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/14/2021 12/14/2021 CONTINUOUS FLIGHT AUGER 40 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 11.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 4.5+22 51 23 28 100/0.50" 100/1.25" 100/7" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/10/2021 12/10/2021 CONTINUOUS FLIGHT AUGER 41 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan CLAY with calcareous deposits 1.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+7 31 17 14 100/4" 100/2" 100/3" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/10/2021 12/10/2021 CONTINUOUS FLIGHT AUGER 42 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 100/3.50" 100/2.75" 100/1.50" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/10/2021 12/10/2021 CONTINUOUS FLIGHT AUGER 43 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 11.0 Tan CLAY 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+92.9 116 23 50 20 30 50/3.25" 100/4" 100/4" 100/1.75" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/14/2021 12/14/2021 CONTINUOUS FLIGHT AUGER 44 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 8.0 Gray LIMESTONE with shale seams 15.0 TEST BORING TERMINATED AT 15 FT 50/6" 100/3.50" 100/2.50" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/14/2021 12/14/2021 CONTINUOUS FLIGHT AUGER 45 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 14.0 Gray SHALY CLAY 19.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.25 33 75 28 47 4.5+12 43 16 27 0.0 4.5+18 100/3.75" 50/3.50" 100/8.50" 100/0.50" 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/10/2021 12/10/2021 CONTINUOUS FLIGHT AUGER 46 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan CLAY 1.0 Tan LIMESTONE with clay seams and layers 15.0 - with 1 ft clay layer at 6 ft Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+11 55 23 32 50/2.50" 50/5.50" 100/8.50" 100/3.25" 100/1.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/14/2021 12/14/2021 CONTINUOUS FLIGHT AUGER 47 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan LIMESTONE with clay seams and layers 11.0 Tan and Gray SHALY CLAY 17.0 Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 2.25 342.1 89 3.5 23 4.5 12 52 19 33 0.0 4.25 28 4.5+22 100/0.25" 100/5.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/20/2021 12/20/2021 CONTINUOUS FLIGHT AUGER 48 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan CLAY with calcareous nodules 5.0 Tan WEATHERED LIMESTONE 12.0 Tan and Gray SHALY CLAY 15.0 TEST BORING TERMINATED AT 15 FT 4.5+18 2.75 26 4.0 16 32 17 15 0.0 4.5+16 51 22 29 0.0 50/5" 50/2.50" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): D.R. Horton - Texas, Ltd. (DFW West Division) Northstar Section 3 Phase 1 12/14/2021 12/14/2021 CONTINUOUS FLIGHT AUGER 49 W203097 Fort Worth, Texas 170 / 24 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan WEATHERED LIMESTONE 7.0 Tan CLAY with calcareous nodules 20.0 TEST BORING TERMINATED AT 20 FT 3.5 32 4.5+27 4.5+25 4.5+15 4.5+18 66 24 42 0.0 4.5+22 3.5 19 100/7.50" Sheet 1 of 1 TEXAS CONE PENETRATION FILL LIMESTONE (MH), Elastic SILT SANDSTONE (GP), Poorly Graded GRAVEL LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 SAMPLING SYMBOLS (OL), ORGANIC SILT (OH), ORGANIC CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm SOIL & ROCK SYMBOLS KEY TO SOIL SYMBOLS AND CLASSIFICATIONS (CH), High Plasticity CLAY VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE ROCK CORE (2" ID except where noted otherwise) PARTICLE SIZE IDENTIFICATION (DIAMETER) (CL), Low Plasticity CLAY (SP), Poorly Graded SAND (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 RELATIVE PROPORTIONS (%) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 SHEAR STRENGTH OF COHESIVE SOILS (tsf) RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL (SC), CLAYEY SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator 15.32$              Asphalt Paving Machine Operator 13.99$              Asphalt Raker 12.69$              Broom or Sweeper Operator 11.74$              Concrete Finisher, Paving and Structures 14.12$              Concrete Pavement Finishing Machine Operator 16.05$              Concrete Saw Operator 14.48$              Crane Operator, Hydraulic 80 tons or less 18.12$              Crane Operator, Lattice Boom 80 Tons or Less 17.27$              Crane Operator, Lattice Boom Over 80 Tons 20.52$              Crawler Tractor Operator 14.07$              Electrician 19.80$              Excavator Operator, 50,000 pounds or less 17.19$              Excavator Operator, Over 50,000 pounds 16.99$              Flagger 10.06$              Form Builder/Setter, Structures 13.84$              Form Setter, Paving & Curb 13.16$              Foundation Drill Operator, Crawler Mounted 17.99$              Foundation Drill Operator, Truck Mounted 21.07$              Front End Loader Operator, 3 CY or Less 13.69$              Front End Loader Operator, Over 3 CY 14.72$              Laborer, Common 10.72$              Laborer, Utility 12.32$              Loader/Backhoe Operator 15.18$              Mechanic 17.68$              Milling Machine Operator 14.32$              Motor Grader Operator, Fine Grade 17.19$              Motor Grader Operator, Rough 16.02$              Off Road Hauler 12.25$              Pavement Marking Machine Operator 13.63$              Pipelayer 13.24$              Reclaimer/Pulverizer Operator 11.01$              Reinforcing Steel Worker 16.18$              Roller Operator, Asphalt 13.08$              Roller Operator, Other 11.51$              Scraper Operator 12.96$              Servicer 14.58$              Small Slipform Machine Operator 15.96$              Spreader Box Operator 14.73$              Truck Driver Lowboy‐Float 16.24$              Truck Driver Transit‐Mix 14.14$              Truck Driver, Single Axle 12.31$              Truck Driver, Single or Tandem Axle Dump Truck 12.62$              Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$              Welder 14.84$              Work Zone Barricade Servicer 11.68$              2013  PREVAILING WAGE RATES The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by  the United States Department of Labor and current as of September 2013.  The titles and descriptions for the  classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway,  Heavy, Utilities, and Industrial Construction in Texas.   (Heavy and Highway Construction Projects) Page 1 of 1 CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic  $             25.24  AC Mechanic Helper  $             13.67  Acoustical Ceiling Installer  $             16.83  Acoustical Ceiling Installer Helper  $             12.70  Bricklayer/Stone Mason  $             19.45  Bricklayer/Stone Mason Trainee  $             13.31  Bricklayer/Stone Mason Helper  $             10.91  Carpenter  $             17.75  Carpenter Helper  $             14.32  Concrete Cutter/Sawer  $             17.00  Concrete Cutter/Sawer Helper  $             11.00  Concrete Finisher  $             15.77  Concrete Finisher Helper  $             11.00  Concrete Form Builder  $             15.27  Concrete Form Builder Helper  $             11.00  Drywall Mechanic  $             15.36  Drywall Helper  $             12.54  Drywall Taper  $             15.00  Drywall Taper Helper  $             11.50  Electrician (Journeyman) $             19.63  Electrician Apprentice (Helper) $             15.64  Electronic Technician  $             20.00  Floor Layer  $             18.00  Floor Layer Helper  $             10.00  Glazier  $             21.03  Glazier Helper  $             12.81  Insulator    $             16.59  Insulator Helper  $             11.21  Laborer Common  $             10.89  Laborer Skilled  $             14.15  Lather  $             12.99  Metal Building Assembler  $             16.00  Metal Building Assembler Helper  $             12.00  Metal Installer (Miscellaneous) $             13.00  Metal Installer Helper (Miscellaneous) $             11.00  Metal Stud Framer  $             16.12  Metal Stud Framer Helper  $             12.54  Painter  $             16.44  Painter Helper  $               9.98  Pipefitter  $             21.22  Pipefitter Helper  $             15.39  Plasterer  $             16.17  Plasterer Helper  $             12.85  Plumber  $             21.98  Plumber Helper  $             15.85  Reinforcing Steel Setter  $             12.87  (Commercial Construction Projects) 2013  PREVAILING WAGE RATES Page 1 of 2 Reinforcing Steel Setter Helper  $             11.08  Roofer  $             16.90  Roofer Helper  $             11.15  Sheet Metal Worker  $             16.35  Sheet Metal Worker Helper  $             13.11  Sprinkler System Installer  $             19.17  Sprinkler System Installer Helper  $             14.15  Steel Worker Structural  $             17.00  Steel Worker Structural Helper  $             13.74  Waterproofer  $             15.00  Concrete Pump  $             18.50  Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel  $             19.31  Forklift  $             16.45  Foundation Drill Operator  $             22.50  Front End Loader  $             16.97  Truck Driver  $             16.77  Welder  $             19.96  Welder Helper  $             13.00  The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted  and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman  Trubitt, PLLC Construction Group.  The  descriptions for the classifications listed are provided on the TEXO's (The  Construction Association) website.   www.texoassociation.org/Chapter/wagerates.asp Equipment Operators  Page 2 of 2 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 09, 2021 The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C.Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 36. Automatic Flusher ................................................................................. 36 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 13 30" Dia. MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 13 30" Dia. MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" Dia. MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" Dia. MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.09/16/19 33 05 13.10 30" Dia. MH Ring and Cover Composite Access Products, L.P.CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"09/06/19 33 39 20 Manhole, Precast ConcreteForterra Pipe and Precast60" & 72" I.D. Manhole w/32" ConeASTM C-7660" & 72"* From Original Standard Products ListClick to Return to the Table of Content6Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast Fiberglass (FRP)Hobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass Pipe (FRP)AmeronBondstrand RPMP PipeASTM D3262/D375404/09/21Glass-Fiber Reinforced Polymer Pipe (FRP)Thompson Pipe GroupThompson Pipe (Flowtite)ASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)SDR-26ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)SDR 26/35 PS 115/46ASTM F 67918" - 28"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDR-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationSDR 26/35 PS 115/46ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 30343/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26ASTM D30344" - 15"10/22/2020 33 31 20 PVC Sewer PipeSanderson Pipe Corp.SDR 26ASTM D30344"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26/35 PS 115/46ASTM F-67918"- 36"* From Original Standard Products ListClick to Return to the Table of Content21Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 420AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeDR14AWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co., Inc d/b/a JM EagleDR 14AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-28"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co., Inc d/b/a JM EagleDR 18AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"9/6/2019 33 11 12 PVC Pressure PipeUnderground Solutions Inc.DR14 Fusible PVCAWWA C9004" - 8"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR18AWWA C90016" - 24"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR14AWWA C9004"- 12"9/6/2019 33 11 12 PVC Pressure PipeSanderson Pipe Corp.DR14AWWA C9004"- 12"* From Original Standard Products ListClick to Return to the Table of Content30Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD09/06/19 33-11-11 Polyethylene EncasmentNorthtown Products Inc. PE Encasement for DIPAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Automatic Flusher10/21/20Automated Flushing SystemMueller HydroguardHG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent)04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9800wc04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9700 (Portable)* From Original Standard Products ListClick to Return to the Table of Content36Updated:04/09/2021 Approval Spec No.Classsification Manufacturer Model No.National Spec Size Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 03/19/2021) 9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 ASTM A48 AASHTO M306 **24" Dia 9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 ASTM A48 AASHTO M306 32" Dia 9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged)ASTM A48 AASHTO M306 32" Dia 9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 ASTM A48 AASHTO M306 32.25" Dia 9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-HV ASTM A48 AASHTO M306 32" Dia 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2279ST ASTM A48 AASHTO M306 **24" Dia 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2280ST ASTM A48 AASHTO M306 32" Dia 10/8/2020 33 05 13 Manhole Frames and Covers EJ ( Formally East Jordan Iron Works)EJ1033 Z2/A ASTM A536 AASHTO M306 32.25" Dia CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST **Note: All new development and new installation mahnole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Updated: 03/19/2021 * From Original Standard Products List Approval Spec No.Classsification Manufacturer Model No.National Spec Size Storm Sewer - Inlet & Structures 33-05-13 (Rev 03/19/2021) 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x3-405-PRECAST ASTM C913 10' X 3' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x3-406-PRECAST ASTM C913 10' X 3' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x4.5-407-PRECAST ASTM C913 10' X 4.5' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x4.5-420-PRECAST ASTM C913 10' X 4.5' 10/08/20 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-TOP ASTM C913 4' X 4' 10/08/20 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE ASTM C913 4' X 4' 10/08/20 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-TOP ASTM C913 5' X 5' 10/08/20 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-BASE ASTM C913 5' X 5' 10/08/20 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-TOP ASTM C913 6' X 6' 10/08/20 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-BASE ASTM C913 6' X 6' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET ASTM 615 10' X 3' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET ASTM 615 15' x 3' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET ASTM 615 20' x 3' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP ASTM 615 8' X 8' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE ASTM 615 8' X 8' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER ASTM 615 8' X 8' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET ASTM 615 4' X 4' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET ASTM 615 5' X 5' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET ASTM 615 6' X 6' CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST Updated: 03/19/21 * From Original Standard Products List Approval Spec No. Classsification Manufacturer Model No. National Spec SizeStorm Sewer - Pipes 33-05-13 (Rev 03/19/21)4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Polypropylene (PP) Pipe ASTM F2881 & AASHTO M33012" - 60" CITY OF FORT WORTHTRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LISTUpdated: 04/14/21