Loading...
HomeMy WebLinkAboutContract 60958-PM1CSC No. 60958-PM1 FORTWORTH, '11%lr PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, PAVING, DRAINAGE, & STREET LIGHT IMPROVEMENTS TO SERVE WELLINGTON MULTIFAMILY (LOTS 1 & 2, BLOCK A) Mattie Parker Mayor IPRC23-0119 CITY PROJECT NO. 104924 FID NO.30114-0200431-104924-EO7685 FILE NP. W-2956 X-27915 David Cooke City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth 2024 Prepared by: Wier & Associates, Inc. 2201 E. Lamar Blvd., Ste. 200E Arlington, Texas 76006 (817) 467-7700 Texas Firm Registration No. F-2776 OF. TF"�91�1 oy RANDALL EARDL1049 EY i //ill oENS fit� QNAL . OFFICIAL RECORD -01 2/26/2024 CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 1twitatior to Bidders 03/20/2020 0021 13 lfist..,e fieas to Bidders 03/20/2020 00 41 00 Bid Fefm 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 Bid Bond 04/02/2014 0045 11 Bidders Prequalification's 04/02/2014 0045 12 Prequalification Statement 09/01/2015 0045 13 Bidder- Pfeq, alifieatio A pp':,,afien 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 r, mere,*. Btis ness Ei4e prise Goa 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 DoYf fmaaee Bon 01/31/2012 00 62 14 Payment Bon 01 /31 /2012 00 62 19 Maintenance Bond 01 /31 /2012 00 72 00 General Geed fiens 11/15/2017 00 73 00 Stip .' ev... entat=y G,,,,difi ns 07/01/2011 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 3120 Project Meetings 07/01/2011 01 3233 Preconstruction Video 08/30/2013 01 3300 Submittals 08/30/2013 0135 13 Ffo6al Pr�j��D,-eeedu 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remebilization 04/07/2014 01 7123 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 0177 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer Specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 — Existing Conditions NONE Division 03 — Concrete NONE Division 26 — Electrical NONE Division 31— Earthwork 31 24 00 Division 32 — Exterior Improvements NONE Division 33 — Utilities 33 12 10 Division 34 — Transportation NONE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htti):Hfortworthtexas.Lov/tpw/contractors/ or https://apps.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 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 Gener-ete Base "'Maria for- TFen.. Porn: 12/20/2012 03 80 00 o Erdo,1irf G n^.oto c,m etur-es 12/20/2012 Division 26 - Electrical 26 05 00 r'emme~ Wer-k Resii is f Y Eleet lea 11/22/2013 2605 10 Demolition f Y Eleetr-lea 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 Cottgmuffizations Nl-ult Doet Gen "it 02/26/2016 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unelassified Exea^ vie 01/28/2013 31 23 23 Beffew 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabiens 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 3201 17 NrwxamorA AGr+ralt Ilrjiryg P_orG-.r 12/20/2012 3201 18 Tamj� 12/20/2012 32 01 29 r^"^"e+e P^"'n^ Repai 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 1133 !''o.,..ont T-feated Base r^.,,. 12/20/2012 32 1137 T ; .;a Tfea4e coil E'teal li er 08/21/2015 3212 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt halt Pa.yi g Gr-aek Sea' 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 r nee-ete Pavingjoint coax 12/20/2012 32 14 16 B -iek Unit n^.,* 12/20/2012 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 32 16 13 ate Cli L\-.d QAteYs and Valley G ttefs 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 GtiA Address Pain ~^ 11/04/2013 3231 13 Chain Fences and Gates 12/20/2012 32 31 26 Wife Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 3232 13 Cast i Place r, ner-ete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Tfees- and &.nil► 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 3303 10 Bypasi Pu Or..g ofExistingSewer- Systems 12/20/2012 33 04 10 12/20/2012 33 04 11 Gaffesio Gent+el Test Stations 12/20/2012 33 04 12 Magnesiti "node Gat die Pfeteetio Systenn 12/20/2012 33 04 30 To,. per-afy Water- Sef-,4ees. 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of S owe f Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings - Cast Iron 01/22/2016 3305 13.10 Ffame, Eever and Grade Rings Composite 01/22/2016 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 3305 16 r ener-ete Water Vaults 12/20/2012 3305 17 Goner-ete ` ellaf 12/20/2012 33 05 20 Attgef Befing 12/20/2012 33 05 21 T„rro, Liner- or Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tur cling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Nlarvo.sL eeateY^ 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 GoneretePr-ess""e Pipe, B^" Ix4upped, Stool Cylinder- Type 12/20/2012 33 11 14 B,, -ied Stool Pop"-N zd Fit:4ngs 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 1211 Large Water Meters 12/20/2012 33 1220 Resilient Seated Gate Valve 12/20/2012 33 1221 ^`VW- ntibbe" Seated n"tte"fl" V l"y 12/20/2012 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 f r Potable Water System 12/20/2012 33 1240 Fire Hydrants 01/03/2014 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow -off Valve Assembly 06/19/2013 3331 12 Gi ffe a i Place Pipe (CIPP) 12/20/2012 3331 13 Fiberglass Reinfiareed Pipe f r Grwy ty S Sewer 12/20/2012 n;t,. y 3331 15 High Density Polyethylene Pipe f ,. Sanitafy Se..,ef 12/20/2012 (unPE) 33 31 20 Pelyviftyl Chloride (Pvr) r_fa-yity Sanitary Sewer- Pipe 06/19/2013 33 31 21 Pel12/20/2012 Pipe 33 31 22 Samar Mr, Liming 12/20/2012 33 31 23 Sanitary Sowef Pipe Enlar-,.o,.., 12/20/2012 33 31 50 Sanitary Sewer- Sefv ee rofineetions and Sefy e Line 04/26/2013 33 31 70 Ge t.;r,.6e Air- Valve for- Sanitary Sewer- For Main 12/20/2012 -ea 3339 10 Cast in Place r^"^"o+o Manholes 12/20/2012 33 39 20 P~eeast Goner-ete "' anholep 12/20/2012 33 39 30 Fiber -glass Manholes 12/20/2012 33 39 40 Wastewater- A eeess Chamber- «x- A r4 12/20/2012 33 39 60 Epoxy T roofs Eani�ry-Sewor &tmolhjrw 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 3341 11 High Density Polyethylene (14DPE) Pipe f r Sta Divc�tq 12/20/2012 3341 12 Reinfer-eed Pelyeth en (WE) Piro 11/13/2015 33 46 00 drainage 12/20/2012 33 46 01 S'ted S orm Draw. 07/01/2011 33 46 02 dal! Dwims 07/01/2011 3349 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 3441 10 Traffie Signal 10/12/2015 3441 10.01 AttaehmefA A !Feet -elle - !''.,binet 12/18/2015 3441 10.02 AttaelhnefA B Gentf^" er S. eei fieation 02/2012 3441 10.03 AttaehmefA G SaftwareSpeeifieation 01/2012 3441 11 To,v pe -.. -y T o Piz,-*alo 11/22/2013 3441 13 Removing ovi T-r-a f e Signals 12/20/2012 3441 15 ReIar I-'L*zd F1.,cAing Beaeon 11/22/2013 3441 16 Poao^*~;^~ Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 3441 50 Single Niede Fiber- Optie Cable 02/26/2016 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 6 of 6 GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised March 20, 2020 00 42 43 BID PROPOSAL Page 1 of5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Specification Unit of Bidlist Item No. Description Section No. Measure Bid Quantity Unit Price Bid Value UNIT I: WATER IMPROVE IJTS 1 3305.0109 Trench Safety 33 05 10 LF 2819 0.95 $2,678.05 2 3305.0111 Valve Box Adjustment 33 05 14 EA 1 332.50 $332.50 3 3305.1004 24" Casing By Open Cut 33 05 22 LF 20 142.50 $2,850.00 4 3305.2004 12" Water Carrier Pipe 33 05 24 LF 20 123.50 $2,470.00 5 3311.0458 12" DIP Water, CLSM Backfill (Restrained Joints) 3311 10 LF 62 123.50 $7,657.00 6 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 4.56 7,353.00 $33,529.68 7 3311.0261 8" PVC Water Pipe 3311 12 LF 90 71.25 $6,412.50 8 3311.0465 12" PVC Water Pipe, CSS Backfill (Restrained Joints) 3311 12 LF 2747 123.50 $339,254.50 9 3312.2203 2" Water Service 33 12 10 EA 6 3,325.00 $19,950.00 10 3312.2204 2" Private Water Service 33 12 10 LF 6 3,325.00 $19,950.00 11 3312.2802 4" Water Meter and Vault 33 12 11 EA 3 48,591.55 $145,774.65 12 3312.3002 6" Gate Valve 33 12 20 EA 2 2,612.50 $5,225.00 13 3312.3003 8" Gate Valve 33 12 20 EA 4 3,515.00 $14,060.00 14 3312.3005 12" Gate Valve 33 12 20 EA 10 5,605.00 $56,050.00 15 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 3 2,294.25 $6,882.75 16 3312.0001 Fire Hydrant 33 12 40 EA 1 6,460.00 $6,460.00 TOTATL UNIT I: WATER IMPROVEMENTS: $669,536.63 CITY OF FORT WORTH 00 42 43 Bid ProposalDAP.xIs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS WELLINGTON MULTIFAMILY Form Revised 20130830 CPN: 104924 00 42 43 BID PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. I Description Specification Unit of Bid Quantity Unit Price I Bid Value Section No. Measure UNIT II: DRAINAGE IMPROVE )ENTS 1 0241.0800 Remove Rip Rap 0241 13 SF 12733 $1.90 $24,192.70 2 0241.0900 Remove Misc Conc Structure 0241 13 LS 1 $2,500.00 $2,500.00 3 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 1 $2,375.00 $2,375.00 4 0241.3014 Remove 21" Storm Line 0241 14 LF 55 $152.95 $8,412.25 5 0241.3015 Remove 24" Storm Line 0241 14 LF 35 $152.95 $5,353.25 6 0241.3019 Remove 36" Storm Line 0241 14 LF 130 $152.95 $19,883.50 7 0241.3023 Remove 48" Storm Line 0241 14 LF 68 $152.95 $10,400.60 8 0241.4002 Remove 15' Curb Inlet 0241 14 EA 1 $1,425.00 $1,425.00 9 0241.4401 Remove Headwall/SET 0241 14 EA 5 $3,059.00 $15,295.00 10 3137.0101 Concrete Riprap 31 3700 SY 234 $35.00 $8,190.00 11 3305.0109 Trench Safety 33 05 10 LF 6316 0.95 $6,000.20 12 3305.0108 Miscellaneous Structure Adjustment 33 05 14 EA 1 $1,425.00 $1,425.00 13 3341.0103 18" RCP, Class III 3341 10 LF 24 85.50 $2,052.00 14 3341.0201 21" RCP, Class III 3341 10 LF 167 99.75 $16,658.25 15 3341.0205 24" RCP, Class III 3341 10 LF 257 118.75 $30,518.75 16 3341.0309 36" RCP, Class III 3341 10 LF 26 194.75 $5,063.50 17 3341.0409 48" RCP, Class III 3341 10 LF 1092 291.65 $318,481.80 18 3341.0410 48" RCP, Class IV 3341 10 LF 801 460.75 $369,060.75 19 3341.0502 54" RCP, Class III 3341 10 LF 619 418.00 $258,742.00 20 3341.1304 6x5 Box Culvert 3341 10 LF 547 712.50 $389,737.50 21 3341.1305 6x6 Box Culvert 3341 10 LF 285 788.50 $224,722.50 22 3341.1402 7x4 Box Culvert 3341 10 LF 136 798.00 $108,528.00 23 3341.1403 7x5 Box Culvert 3341 10 LF 1044 855.00 $892,620.00 24 3341.1405 7x7 Box Culvert 3341 10 LF 358 855.00 $306,090.00 25 3341.1501 8x4 Box Culvert 3341 10 LF 696 902.50 $628,140.00 26 3341.1502 8x5 Box Culvert 3341 10 LF 37 950.00 $35,150.00 27 3349.0003 6' Storm Junction Box 33 49 10 EA 5 8,835.00 $44,175.00 28 3349.0005 8' Storm Junction Box 33 49 10 EA 1 14,012.50 $14,012.50 29 3349.0104 4' Stacked Manhole 33 49 10 EA 13 6,935.00 $90,155.00 30 3349.5001 10' Curb Inlet 33 49 20 EA 6 $7,600.00 $45,600.00 31 3349.8002 15' Type 2 Inlet 33 49 20 EA 1 $9,025.00 $9,025.00 32 3349.1000 Headwall, Box Culvert 33 49 40 CY 60.8 $8,075.00 $490,960.00 33 3349.4109 36" SET, 1 pipe 334940 EA 1 $11,970.00 $11,970.00 34 9999.0000 Concrete Flume Under Sidewalk 00 00 00 EA 1 $2,500.00 $2,500.00 35 9999.0000 Round Manhole Access Grate 00 00 00 EA 7 $1,100.00 $7,700.00 36 9999.0000 4" Thick Concrete Flume 00 00 00 EA 172 $265.00 $45,580.00 TOTAL UNIT It: DRAINAGE IMPROVEMENTS: $4,452,695.05 CITY OF FORT WORTH 00 42 43 Bid ProposalDAP.xIs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS WELLINGTON MULTIFAMILY Form Revised 20130830 CPN: 104924 00 42 43 BID PROPOSAL Page 3 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. I Description Specification Section No. Unit of Measure Bid Quantity Unit Price I Bid Value UNIT III: PAVING IMPROVEMENTS 1 0241.0100 Remove Sidewalk 0241 13 SF 1474 $0.72 $1,061.28 2 0241.0500 Remove Fence 0241 13 LF 140 $2.00 $280.00 3 0241.1000 Remove Conc Pvmt 0241 15 SY 338 $0.75 $253.50 4 0241.1100 Remove Asphalt Pvmt 0241 15 SY 2677 $0.75 $2,007.75 5 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 96 $9.00 $864.00 6 3110.0101 Site Clearing 31 1000 LS 1 $122,650.00 $122,650.00 7 3124.0101 Embankment by Plan 31 2400 CY 150402 $2.90 $436,165.80 8 3211.0502 8" Lime Treatment 3211 29 SY 5546 $5.50 $30,503.00 9 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 267 $25.00 $6,675.00 10 3212.0503 6" Asphalt Base Type B 32 12 16 SY 267 $65.00 $17,355.00 11 3213.0103 8" Conc Pvmt 32 13 13 SY 2800 $105.00 $294,000.00 12 3213.0105 10" Conc Pvmt 32 13 13 SY 2746 $114.00 $313,044.00 13 3213.0301 4" Conc Sidewalk 32 13 20 SF 5142 $7.52 $38,667.84 14 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 10 $2,574.00 $25,740.00 15 3217.0101 6" SLID Pvmt Marking HAS (W) 32 17 23 LF 477 $4.00 $1,908.00 16 3217.0102 6" SLID Pvmt Marking HAS (Y) 32 17 23 LF 906 $4.00 $3,624.00 17 3217.0301 12" SLID Pvmt Marking HAE (W) 32 17 23 LF 99 $8.00 $792.00 18 3217.0401 18" SLID Pvmt Marking HAE (W) 32 17 23 LF 431 $12.00 $5,172.00 19 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars 32 17 23 LF 18 $550.00 $9,900.00 20 3217.1010 Preformed Thermoplastic Contrast Markings - Legend Single 32 17 23 EA 1 $550.00 $550.00 21 3217.2103 REFL Raised Marker TY II -A -A 32 17 23 EA 17 $20.00 $340.00 22 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 4 $20.00 $80.00 23 3291.0100 Topsoil 3291 19 CY 853 $35.00 $29,855.00 24 3292.0100 Block Sod Placement 32 92 13 SY 5116 $5.00 $25,580.00 25 9999.0000 Stamped and Colored Raised Sidewalk 00 00 00 EA 2 $5,000.00 $10,000.00 26 9999.0000 Emergency Use only Swing Gate with Knox Box 00 00 00 EA 2 $7,500.00 $15,000.00 UNIT III: TOTAL PAVING IMPROVEMENTS: $1,392,068.17 CITY OF FORT WORTH 00 42 43 Bid ProposalDAP.xIs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS WELLINGTON MULTIFAMILY Form Revised 20130830 CPN: 104924 00 42 43 BID PROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT IV: STREET LIGHT / SIGNS IMPROVEMENTS 1 2605.3118 Furnish/Install Conduit -Schedule 80 PVC 2 Inch Open Cut 26 05 33 LF 1147 $38.30 $43,930.10 2 3441.1502 Furnish/Install Ground Box Type B, w/Apron 3441 10 EA 5 $1,087.00 $5,435.00 3 3441.1771 Furnish/Install 120-240 Volt Single Phase Metered Pedestal 3441 20 EA 1 $7,810.00 $7,810.00 4 3441.3037 Furnish/Install 10'- 14' Washington Standard Light Pole & 3441 20 EA 8 $6,160.00 $49,280.00 5 3441.3303 Rdwy Illum Foundation TY 7 3441 20 EA 8 $3,229.00 $25,832.00 6 3441.3323 Furnish/Install 8' Wood Light Pole Arm 3441 20 EA 12 $3,905.00 $46,860.00 7 3441.4002 Furnish/Install Alum Sign Ground Mount TxDOT Std. 3441 30 EA 9 $750.00 $6,750.00 8 3441.4110 Remove and Reinstall Sign Panel and Post 3441 30 EA 6 $500.00 $3,000.00 9 3471.0001 Traffic Control 3471 13 MO 6 $2,300.00 $13,800.00 10 3471.0002 Portable Message Sign 3471 13 WK 6 $1,650.00 $9,900.00 11 3471.0003 Traffic Control Details 3471 13 EA 1 $25,000.00 $25,000.00 12 9999.0000 Arterial Wood Pole 00 00 00 EA 1 $3,410.00 $3,410.00 13 9999.0000 Luminaire for Arterial Wood Pole Arm 00 00 00 EA 12 $701.00 $8,412.00 UNIT IV: TOTAL STREET LIGHTS / SIGNS IMPROVEMENTS: $249,419.10 CITY OF FORT WORTH 00 42 43 Bid ProposalDAP.xIs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS WELLINGTON MULTIFAMILY Form Revised 20130830 CPN: 104924 00 42 43 BID PROPOSAL Pugc 5 of, SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Information Bidlist Item No. Description Specification Section No. BID SUMMARY UNIT I: WATER IMPROVEMENTS UNIT II: DRAINAGE IMPROVEMENTS UNIT III: PAVING IMPROVEMENTS UNIT IV: STREET LIGHTS / SIGNS IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER' Company: GS CONSTRUCTION GREAT PLAINS, LLC Address: 791 Town and Country Blvd. Suite 216 Houston, TX 77024 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION Bidder's Application Bidder's Proposal Unit of Bid Quantity Unit Price I Bid Value Measure $669,536.63 $4,452,695.05 $1, 392,068.17 $249,419.10 TOTAL CONSTRUCTION BID:I $6,763,718.95 BY: Print: Philip Treacy Siqnature: TITLE: Vice President DATE: 1.24.2024 230 working days after the date when the CITY OF FORT WORTH 00 42 43 Bid Proposal DAP..1, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS W ELLINGTON MULTIFAMILY Form Revised 20130830 CPN: 104924 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxoermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2014 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2014 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 23 24 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 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 Prequalification Name Expiration Date Water New Development Open Bandera Utility Contractors 3.31.2024 Cut (12" and under) Storm Drain New Development by Open Bandera Utility Contractors 3.31.2024 Cut Residential roadway construction (Concrete McMahon Contracting 1.30.2025 Paving < 15,000 SY) New Development Residential roadway Reconstruction McMahon Contracting 1.30.2025 (Concrete Paving < 15,000 SY) Streetlights Independent Utility 2.27.2025 Construction The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: GS CONSTRUCTION GREAT PLAINS, LLC Company 791 Town and Country Blvd. Suite 216 Address Houston, TX 77024 City/State/Zip By: Philip Treacy (Please Print) Signature: Title: Vice President (Please Print) Date: 1.24.2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 30, 2021 WELLINGTON MULTIFAMILY CPN: 104924 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 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 104924. 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: GS CONSTRUCTION GREAT PLAINS, LLC By: Philip Treacy Company (Please Print) 791 Town and Country Blvd, Suite 216 Signature: Address Houston, TX 77024 Title: Vice President City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF HARRIS § BEFORE ME, the undersigned authority, on this day personally appeared Philip Treacy, 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 for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 24th day of January, 2024. NOW" FVW. Sim d To. . Yy Ow-ftinnE"— MWM,=7 Notaroublic in and for the State of Texas NorAW D 131 WNI-2 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WELLING TON M UL TIFAMIL Y CPN 104924 2 3 SECTION 00 52 43 AGREEMENT 00 52 43 - 1 Developer Awarded Project Agreement Paget of 4 4 THIS AGREEMENT, authorized on 1.24.2024 is made by and between the Developer, 5 (Insert Full Legal Name of Developer), authorized to do business in Texas ("Developer") , and 6 GS Parks Wellington Hybrid Owner, LLC, a Delaware limited liability company , authorized to do 7 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 WATER. PAVING. DRAINAGE. & STREET LIGHT IMPROVEMENTS TO SERVE 17 WELLINGTON MULTIFAMILY. 18 CPN:10492 19 Article 3. CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete for Final Acceptance within 230 working days after the date 25 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 26 City Conditions of the Construction Contract for Developer Awarded Projects. 27 3.3 Liquidated damages 28 Contractor recognizes that time is of the essence of this Agreement and that Developer 29 will suffer financial loss if the Work is not completed within the times specified in 30 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 31 the Standard City Conditions of the Construction Contract for Developer Awarded 32 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 33 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 34 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 35 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 36 Developer zero Dollars ($ 0.00 ) for 37 each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until 38 the City issues the Final Letter of Acceptance. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 39 Article 4. CONTRACT PRICE 40 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Six Million Seven Hundred Sixty -Three Thousand Seven 41 Documents an amount in current funds of Hundred and Eighteen Dollars and 95/100 Cents Dollars 42 ($ 6,763,718.95 43 Article 5. CONTRACT DOCUMENTS 44 5.1 CONTENTS: 45 A. The Contract Documents which comprise the entire agreement between Developer and 46 Contractor concerning the Work consist of the following: 47 1. This Agreement. 48 2. Attachments to this Agreement: 49 a. Bid Form (As provided by Developer) 50 1) Proposal Form (DAP Version) 51 2) Prequalification Statement 52 3) State and Federal documents (project specific) 53 b. Insurance ACORD Form(s) 54 c. Payment Bond (DAP Version) 55 d. Performance Bond (DAP Version) 56 e. Maintenance Bond (DAP Version) 57 f. Power of Attorney for the Bonds 58 g. Worker's Compensation Affidavit 59 h. MBE and/or SBE Commitment Form (If required) 60 3. Standard City General Conditions of the Construction Contract for Developer 61 Awarded Projects. 62 4. Supplementary Conditions. 63 5. Specifications specifically made a part of the Contract Documents by attachment 64 or, if not attached, as incorporated by reference and described in the Table of 65 Contents of the Project's Contract Documents. 66 6. Drawings. 67 7. Addenda. 68 8. Documentation submitted by Contractor prior to Notice of Award. 69 9. The following which may be delivered or issued after the Effective Date of the 70 Agreement and, if issued, become an incorporated part of the Contract Documents: 71 a. Notice to Proceed. 72 b. Field Orders. 73 c. Change Orders. 74 d. Letter of Final Acceptance. 75 76 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is specifically intended to overate 83 and be effective even if it is alleged or Proven that all or some of the damages being 84 sought were caused, in whole or in Part, by anv act, omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs, expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city, its officers, servants and employees, from and against any and all loss, damage 91 or destruction of property of the city, arising out of, or alleged to arise out of, the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 Provision is specifically intended to operate and be effective even if it is alleged or 95 Proven that all or some of the damages being sought were caused, in whole or in Part, 96 by anv act, omission or negligence of the citv. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised June 16, 2016 118 119 120 121 122 123 124 125 126 127 128 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Developer: GS CONSTRUCTION GREAT PLAINS, LLC GS Parks Wellington Hybrid Owner, LLC, a Delaware limited liability company B : �� :;-7— 1�1/ B Y : ;;?Z"- (Signature) (Signature) Philip Treacy JR Thulin (Printed Name) (Printed Name) Title: Vice President Title: Vice President Company Name: Company name: Address: Address: 791 Town and Country Blvd. Suite 216 600 E Las Colinas Blvd. Suite 2100 Houston, TX 77024 Irving, TX 75039 City/State/Zip: City/State/Zip: 1.24.2024 1.24.2024 Date Date CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised June 16, 2016 006219-1 MAINTENANCE BOND Pagel of 3 1 SECTION 00 62 19 2 Bond Number 800170291 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we GS CONSTRUCTION GREAT PLAINS, LLC known as 8 "Principal" herein and Atlantic Specialty Insurance Company a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, GS Parks 11 Wellington Venture, LLC, authorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the sum Six Million Seven Hundred Sixty -Three Thousand Seven 13 of Hundred Eighteen and 95/100 Cents Dollars ($ 6,763,718.95 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 16 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFA 24-0020 ; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 24 day of January , 20 24 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as WATER, PAVING, 28 DRAINAGE,& STREET LIGHT IMPROVEMENTS TO SERVE WELLINGTON 29 MULTIFAMILY; and 30 31 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 32 accordance with the plans, specifications and Contract Documents that the Work is and will 33 remain free from defects in materials or workmanship for and during the period of two (2) years 34 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN. 104924 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 03 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, 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 31, 2012 WELLINOTON MULTIFAMILY CPN. 104924 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 24 day of 3 January .20 24 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: �� (Principal) Secretary Witness as to Principal ATTEST: ('Surnrnrety``) lW�iitttnnee`ssssss mary�^�1Ap arcia Witness as to Styty missy Witt PRINCIPAL: GS CONSTRUCTION GREAT PLAINS, LLC BY: / /, Signature Philip Treacy, Vice President Name and Title Address: 791 Town and Country Blvd. Suite 216 Houston, TX 77024 SURETY: Atlantic Specialty Insurance Company BY: Signature Laura E_ Sudduth, Attomey-In-Fact Name and Title Address: 605 Highway 169 North, Suite 800, xiymou[n, 1vuv »w4i Telephone Number: (952) 852-2431 *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. CITY OF FORT WORTH WELLINGTON MUL77FAMIL Y STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN., 104924 Revised January 31, 2012 intact [N S .... cE Power" of Attorney KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth, Minnesota, does hereby constitute and appoint: Amanda R. Turman-Avina, Barbara Norton, Cristina Nino, Jennie Goonie, Jessica Richmond, Laura E. Sudduth, Madison K Diaz, Mario Ar7amendi, Mary Ann Garcia, Misty Witt, Stephanie Gross, Teuta Lori, each individually if there be more than one named, its true and lawful Attomey-in-Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they bad been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the President, any Senior Vice President or Vice -President (each an "Authorized Officer") may execute for and in behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the Authorized Officer may appoint and authorize an Attorney -in -Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto; and that the Authorized Officer may at any time remove any such Attorney -in -Fact and revoke all power and authority given to any such Attorney -in - Fact. Resolved: That the Attorney -in -Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attomey-in-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney -in -Fact is hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attomey-in-Fact for purposes only of executing and sealing any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to he signed by an Authorized Officer and the seal of the Company to be affixed this first day of January, 2023. a ��PPORgpF9n:. SEAL e G 1986 o By STATE OF MINNESOTA `ti6j�FW roPa as `• Satoh A. Kolar, Vice President and General Counsel HENNEPIN COUNTY On this first day of January, 2023, before me personally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, and being by me duly sworn, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. ^ ' " ALISON DWAN NASN•TROUT = NOTARY PIiBLIC • MINNESOTA My Commission Expires January 31, 2026 Notary Public I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked, and the resolutions set forth above are now in force. Signed and sealed. Dated 24th day of January .2024. `q0 tP%woRq�F,��': _h SEAL u 0: 188E _ 02 This Power of Attorney expires b h ,rGQ'�aa. January 31, 2025 4' )� r'" it t'`,. •'`, - Kara L.B. Barrow, Secretary Please direct bond verifications to wretvOinractinsurance.com_ IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may contact your agent. Puede communicarse con su agente. You may call your Insurance Carrier's toll -free Usted puede Ilamar al numero de telefono gratis de su telephone number for information or to make compana. de seguros para informacion o para someter a complaint at: una queja a€: 1-800-321.2721 1-800-321-2721 You may also write to your Insurance Carrier at Atlantic Specialty Insurance Company Paralegal 605 Highway 169 North, Suite 800 Plymouth, MN 55441 Email: surety@intactinsurance.com Phone:1-800-662-0156 Usted tambien puede escribir a su compania de seguros en: Atlantic Specialty Insurance Company Paralegal 605 Highway 169 North, Suite 800 Plymouth, MN 55441 Email: surety@intactinsurance.com Phone: 1-800-662-0156 You may contact the Texas Department of Puede comunicarse con el Departamento de Seguros de Insurance to obtain information on Texas para cbtener informacion acerca de companias, companies, coverages, rights or complaints coberturas, derechos o quejas at: at 1.800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104, Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtecbonO-tdi.texas.aov 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104, Austin, TX 78714 Fax: (512) 490-1007 Web: www,tdi.texas.gov E-mail: ConsumerProtection ..tdi.texas.00v PREMIUM OR CLAIM DISPUTES: Should DISPUTAS SOBRE PRIMAS o RECLAMOS: Si tiene you have a dispute concerning your premium una disputa concerniente a su prima o a un reclamo, debe or about a claim you should contact the agent comunicarse con el agente primero. Si no se resuelve la first. If the dispute is not resolved, you may disputa, puede entonces comunicarse con el contact the Texas Department of Insurance. departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es solo This notice is for information only and does opara proposito de informacion y no se convierte an parte not become a part or condition of the attached condicion del documento adjunto. document. VCM PHN TX 001 1013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion .......................................... 12.01 Contractor's Warranty of Title ........... 12.02 Partial Utilization ................................ 12.03 Final Inspection ................................... 12.04 Final Acceptance ................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations............................................................................................................... 35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE I — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: 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: b. Each Occurrence: : Enter limits provided by Railroad Company (If none, write none) 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 - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) ❑ Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ❑ Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Pagel of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN.• 104924 Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN.• 104924 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 1 1 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN.• 104924 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 01 25 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. No 22 separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or catalog 31 numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, if a reduction in cost or time results, it will 46 be documented by Change Order. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 1 4. Substitution will be rejected if- 2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. In the Developer's opinion, acceptance will require substantial revision of the 5 original design 6 d. In the City's or Developer's opinion, substitution will not perform adequately 7 the function consistent with the design intent 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. In making request for substitution or in using an approved product, the Contractor 13 represents that the Contractor: 14 1. Has investigated proposed product, and has determined that it is adequate or 15 superior in all respects to that specified, and that it will perform function for which it 16 is intended 17 2. Will provide same guarantee for substitute item as for product specified 18 3. Will coordinate installation of accepted substitution into Work, to include building 19 modifications if necessary, making such changes as may be required for Work to be 20 complete in all respects 21 4. Waives all claims for additional costs related to substitution which subsequently 22 arise 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE M CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and 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 as noted Firm Not recommended Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date Recommended Received late CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 1 2 3 PART1- GENERAL SECTION 013119 PRECONSTRUCTION MEETING 013119-1 DAP PRECONSTRUCTION MEETING Pagel of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 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 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 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 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 0131 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings f£ Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 0131 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 1 1 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 013120-1 DAP PROJECT MEETINGS Pagel of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH WELLINGTONMUTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 31 20 - 2 DAP PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH WELLINGTONMUTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised July 1, 2011 013120-3 DAP PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMUTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Though not mandatory, it is highly recommended on infill developer projects. 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 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. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 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 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 DAP SUBMITTALS 013300-1 DAP SUBMITTALS Page 1 of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 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 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 1/2inches x 11 inches to 8 %2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Reuubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 014523-1 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another form of distribution approved 38 by the City. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 01 45 23 - 2 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 25 26 27 28 29 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised August 30, 2013 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised July 1, 2011 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Paget of 3 1 SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 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 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised July 1, 2011 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 DAP PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 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 [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 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] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 60 00 - 2 DAP PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 8 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 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 [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 LI0 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AW RDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 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 [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 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 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION W CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AW RDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 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. Construction Staking 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 various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the City. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 017123-3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 49 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 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 [NOT USED] 8 3.4 APPLICATION 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from 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 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 24 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 74 23 - 1 DAP CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 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 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 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 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re -seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 26 that may hinder or disrupt the flow of traffic along the roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 5. Clean signs, lights, signals, etc. 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 37 38 39 40 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [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 [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 £ Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 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 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 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 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 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 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 —title of section removed 4/7/2014 M.Domenech Revised for DAP Application 8 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 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 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 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 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 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 -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 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 [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AW RDED PROJECTS CPN.• 104924 Revised April 7, 2014 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents 11 associated with installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 5. Conversion of schematic layouts 21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar items, are shown schematically and are not intended to 23 portray precise physical layout. 24 1) Final physical arrangement is determined by the Contractor, subject to the 25 City's approval. 26 2) However, design of future modifications of the facility may require 27 accurate information as to the final physical layout of items which are 28 shown only schematically on the Drawings. 29 b. Show on the job set of Record Drawings, by dimension accurate to within 1 30 inch, the centerline of each run of items. 31 1) Final physical arrangement is determined by the Contractor, subject to the 32 City's approval. 33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34 ceiling plenum", "exposed", and the like). 35 3) Make all identification sufficiently descriptive that it may be related 36 reliably to the Specifications. 37 c. The City may waive the requirements for conversion of schematic layouts 38 where, in the City's judgment, conversion serves no useful purpose. However, 39 do not rely upon waivers being issued except as specifically issued in writing 40 by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN.• 104924 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 02 4113 SELECTIVE SITE DEMOLITION 024113-1 SELECTIVE SITE DEMOLITION Page 1 of 5 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps, landings, and detectable warning surfaces 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 — General Requirements 22 3. Section 3123 23 — Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Remove Sidewalk: Measure by square foot. 27 b. Remove Steps: measure by the square foot as seen in the plan view only. 28 c. Remove ADA Ramp: measure by each. 29 d. Remove Detectable Warning Surface: measure by each 30 e. Remove Driveway: measure by the square foot by type. 31 f. Remove Fence: measure by the linear foot. 32 g. Remove Guardrail: measure by the linear foot along the face of the rail in place 33 including metal beam guard fence transitions and single guard rail terminal 34 sections from the center of end posts. 35 h. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot 36 i. Remove Mailbox, Remove and Replace Mailbox, and Relocate Mailbox: 37 measure by each. 38 j. Remove Rip Rap: measure by the square foot. 39 k. Remove Miscellaneous Concrete Structure: measure by the lump sum. 40 2. Payment CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 0241 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. For utility projects, this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, 8 tools, equipment, labor and incidentals needed to execute work. For utility 9 projects, this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. 11 c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, 12 hauling, disposal, tools, equipment, labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects, this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 16 d. Remove Detectable Warning Surface: full compensation for removal, hauling, 17 disposal, tools, equipment, labor and incidentals needed to execute work. Work 18 includes detectable warning surface removal from ramp. 19 e. Remove Driveway: full compensation for saw cutting, removal, hauling, 20 disposal, tools, equipment, labor and incidentals needed to remove improved 21 driveway by type. For utility projects, this Item shall be considered subsidiary 22 to the trench and no other compensation will be allowed. 23 f. Remove Fence: full compensation for removal, hauling, disposal, tools, 24 equipment, labor and incidentals needed to remove fence. For utility projects, 25 this Item shall be considered subsidiary to the trench and no other 26 compensation will be allowed. 27 g. Remove Guardrail: full compensation for removing materials, loading, hauling, 28 unloading, and storing or disposal; furnishing backfill material; backfilling the 29 postholes; and equipment, labor, tools, and incidentals. For utility projects, this 30 Item shall be considered subsidiary to the trench and no other compensation 31 will be allowed. 32 h. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 33 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 34 needed to execute work. Sidewalk adjacent to or attached to retaining wall 35 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 36 removal. For utility projects, this Item shall be considered subsidiary to the 37 trench and no other compensation will be allowed. 38 i. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 39 equipment, labor and incidentals needed to execute work. For utility projects, 40 this Item shall be considered subsidiary to the trench and no other 41 compensation will be allowed. 42 j. Remove and Replace Mailbox and Relocate Mailbox: full compensation for 43 removal, hauling, disposal or relocation, and installation or construction of 44 replacement, tools, equipment, labor and incidentals needed to execute work for 45 different types: traditional pipe and mailbox or brick mailbox, at equal or better 46 condition on completion 47 k. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 48 disposal, tools, equipment, labor and incidentals needed to execute work. For 49 utility projects, this Item shall be considered subsidiary to the trench and no 50 other compensation will be allowed. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 024113-3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 2 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 3 execute work. For utility projects, this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 1.3 REFERENCES 6 A. Definitions 7 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 8 pavers. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY 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 PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A. Fill Material: See Section 3123 23. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 REMOVAL 29 A. Remove Sidewalk 30 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 32 B. Remove Steps 33 1. Remove step to nearest existing dummy, expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 35 C. Remove ADA Ramp CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 0241 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 2 See 3.4.K. 3 2. Remove ramp to nearest existing dummy, expansion or construction joint on 4 existing sidewalk. 5 D. Remove Detectable Warning Surface 6 1. Remove old detectable warning surface from ramp, including either pavers or 7 prefabricated panels 8 2. Clean any glue or residue from the surface 9 E. Remove Driveway 10 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 11 3.4.K. 12 2. Remove drive to nearest existing dummy, expansion or construction joint. 13 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 14 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 15 joint on existing sidewalk. 16 F. Remove Fence 17 1. Remove all fence components above and below ground and backfill with acceptable 18 fill material. 19 2. Use caution in removing and salvaging fence materials. 20 3. Salvaged materials may be used to reconstruct fence as approved by City or as 21 shown on Drawings. 22 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced 23 areas during construction operation and while removing fences. 24 G. Remove Guardrail 25 1. Remove rail elements in original lengths. 26 2. Remove fittings from the posts and the metal rail and then pull the posts. 27 3. Do not mar or damage salvageable materials during removal. 28 4. Completely remove posts and any concrete surrounding the posts. 29 5. Furnish backfill material and backfill the hole with material equal in composition 30 and density to the surrounding soil unless otherwise directed. 31 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 32 foot below the new subgrade elevation and leave in place along with the dead man. 33 H. Remove Retaining Wall (less than 4 feet tall) 34 1. Remove wall to nearest existing joint. 35 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 36 3. Removal includes all components of the retaining wall including footings. 37 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 38 I. Remove Mailbox 39 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 40 reconstruction. 41 J. Remove Rip Rap CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 024113-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 3 K. Remove Miscellaneous Concrete Structure 4 1. Remove portions of miscellaneous concrete structures including foundations and 5 slabs that do not interfere with proposed construction to 2 feet below the finished 6 ground line. 7 2. Cut reinforcement close to the portion of the concrete to remain in place. 8 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 9 water. 10 L. Sawcut 11 1. Sawing Equipment 12 a. Power -driven 13 b. Manufactured for the purpose of sawing pavement 14 c. In good operating condition 15 d. Shall not spall or fracture the pavement to the removal area 16 2. Sawcut perpendicular to the surface completely through existing pavement. 17 3.5 REPAIR [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 SITE 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 [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 12/20/2012 D. Johnson 1.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects 3/11/2022 M Owen/S Hobbs Added measurement and payment for Remove and Replace Mailbox and Relocate Mailbox and Remove Detectable Warning Surface CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised March 11, 2022 0241 14-1 UTILITY REMOVAL/ABANDONMENT Page 1 of 16 1 OSECTION 02 4114 2 UTILITY REMOVAL/ABANDONMENT 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves 11 e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 m. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. None. 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 29 2. Division 1 — General Requirements 30 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 31 4. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 32 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 6. Section 33 11 11 — Ductile Iron Fittings 34 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 35 8. Section 33 11 14 — Buried Steel Pipe and Fittings 36 9. Section 33 12 25 — Connection to Existing Water Mains 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Utility Lines 39 1. Abandonment of Utility Line by Grouting 40 a. Measurement CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 2 UTILITY REMOVAL/ABANDONMENT Page 2 of 16 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Manhole" for: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 024114-3 UTILITY REMOVAL/ABANDONMENT Page 3 of 16 a) Various diameters b) Various types c. The price bid shall include: 1) Removal and disposal of manhole cone 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Concrete 5) Acceptable material for backfilling manhole void 6) Pavement removal 7) Excavation 8) Hauling 9) Disposal of excess materials 10) Furnishing, placement and compaction of backfill 11) Surface restoration 12) Clean-up 5. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. W ter Lines and Appurtenances 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 024114-5 UTILITY REMOVAL/ABANDONMENT Page 5 of 16 1 c. The price bid shall include: 2 1) Removal and Salvage of valve 3 2) CLSM 4 3) Delivery to City 5 4) Pavement removal 6 5) Excavation 7 6) Hauling 8 7) Disposal of excess materials 9 8) Furnishing, placement and compaction of backfill 10 9) Clean-up 11 5. W ter Valve Abandonment 12 a. Measurement 13 1) Measurement for this Item will be per each water valve to be abandoned. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under "Measurement" shall be paid for at the 17 unit price bid per each "Abandon Water Valve" for: 18 a) Various Sizes 19 c. The price bid shall include: 20 1) Abandonment of valve 21 2) CLSM 22 3) Pavement removal 23 4) Excavation 24 5) Hauling 25 6) Disposal of excess materials 26 7) Furnishing, placement and compaction of backfill 27 8) Clean-up 28 6. Fire Hydrant Removal and Salvage 29 a. Measurement 30 1) Measurement for this Item will be per each fire hydrant to be removed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" shall be paid for at the 34 unit price bid per each "Salvage Fire Hydrant". 35 c. The price bid shall include: 36 1) Removal and salvage of fire hydrant 37 2) Delivery to City 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 41 6) Disposal of excess materials 42 7) Furnishing, placement and compaction of backfill 43 8) Clean-up 44 7. W ter Meter Removal and Salvage 45 a. Measurement 46 1) Measurement for this Item will be per each water meter to be removed and 47 salvaged. 48 b. Payment CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 024114-6 UTILITY REMOVAL/ABANDONMENT Page 6 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes 2) If a "Water Meter Service Relocate" is performed in accordance with Section 33 12 10, removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the cost of the "Water Meter Service Relocate", no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 024114-7 UTILITY REMOVAL/ABANDONMENT Page 7 of 16 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 024114-8 UTILITY REMOVAL/ABANDONMENT Page 8 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 024114-9 UTILITY REMOVAL/ABANDONMENT Page 9 of 16 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 0241 14 - 10 UTILITY REMOVAL/ABANDONMENT Page 10 of 16 1 4) Hauling 2 5) Disposal of excess materials 3 6) Furnishing, placement and compaction of backfill 4 7) Clean-up 5 6. Storm Sewer Junction Box Removal 6 a. Measurement 7 1) Measurement for this Item shall be per linear foot of existing storm sewer 8 box to be removed. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under "Measurement" shall be paid for at the 12 unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. 13 c. The price bid shall include: 14 1) Removal and disposal of Storm Sewer Box 15 2) Pavement removal 16 3) Excavation 17 4) Hauling 18 5) Disposal of excess materials 19 6) Furnishing, placement and compaction of backfill 20 7) Clean-up 21 7. Headwall/SET Removal 22 a. Measurement 23 1) Measurement for this Item will be per each headwall or safety end 24 treatment (SET) to be removed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the 28 unit price bid per each "Remove Headwall/SET". 29 c. The price bid shall include: 30 1) Removal and disposal of Headwall/SET 31 2) Pavement removal 32 3) Excavation 33 4) Hauling 34 5) Disposal of excess materials 35 6) Furnishing, placement and compaction of backfill 36 7) Clean-up 37 8. Trench Drain Removal 38 a. Measurement 39 1) Measurement for this Item shall be per linear foot of storm sewer trench 40 drain to be removed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under "Measurement" shall be paid for at the 44 unit price bid per linear foot of "Remove Trench Drain" for: 45 a) Various sizes 46 c. The price bid shall include: 47 1) Removal and disposal of storm sewer line 48 2) Pavement removal 49 3) Excavation CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 0241 14 - 11 UTILITY REMOVAL/ABANDONMENT Page 11 of 16 1 4) Hauling 2 5) Disposal of excess materials 3 6) Furnishing, placement and compaction of backfill 4 7) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS 7 A. Coordination 8 1. Contact Inspector and the Water Department Field Operation Storage Yard for 9 coordination of salvage material return. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Protect and salvage all materials such that no damage occurs during delivery to the 18 City. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 31 A. General CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 0241 14-12 UTILITY REMOVAL/ABANDONMENT Page 12 of 16 1 1. Manhole Abandonment 2 a. All manholes that are to be taken out of service are to be removed unless 3 specifically requested and/or approved by City. 4 b. Excavate and backfill in accordance with Section 33 05 10. 5 c. Remove and salvage manhole frame and cover as coordinated with City. 6 d. Deliver salvaged material to the City. 7 e. Cut and plug sewer lines to be abandoned. 8 f. Backfill manhole void in accordance with City Standard Details. 9 B. Water Lines and Appurtenances 10 1. Water Line Pressure Plugs 11 a. Ductile Iron Water Lines 12 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 13 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 14 with Section 33 11 11. 15 3) Perform Cut and Plug in accordance with Section 33 12 25. 16 b. PVC C900 and C905 Water Lines 17 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 18 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 19 with Section 33 11 11. 20 3) Perform Cut and Plug in accordance with Section 33 12 25. 21 c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 22 1) Excavate, embed, and backfill in accordance with Section 33 05 10 23 2) Plug using: 24 a) A fabricated plug restrained by welding or by a Snap Ring in 25 accordance with Section 33 11 13; or 26 b) A blind flange in accordance with Section 33 11 13 27 3) Perform Cut and Plug in accordance with Section 33 12 25. 28 d. Buried Steel Water Lines 29 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 30 2) Plug using: 31 a) A fabricated plug restrained by welding in accordance with Section 33 32 11 14; or 33 b) A blind flange in accordance with Section 33 11 14 34 3) Perform Cut and Plug in accordance with Section 33 12 25. 35 2. Water Line Abandonment Plug 36 a. Excavate and backfill in accordance with Section 33 05 10. 37 b. Plug with CLSM in accordance with Section 03 34 13. 38 3. Water Line Abandonment by Grouting 39 a. Excavate and backfill in accordance with Section 33 05 10. 40 b. Dewater from existing line to be grouted. 41 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 42 or CLSM in accordance with 03 34 13. 43 d. Dispose of any excess material. 44 4. Water Line Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. 46 b. Cut existing line from the utility system prior to removal. 47 c. Cut any services prior to removal. 48 d. Remove existing pipe line and properly dispose as approved by City. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 0241 14 - 13 UTILITY REMOVAL/ABANDONMENT Page 13 of 16 5. W ter Valve Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. W ter Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. W ter Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. W ter Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non -cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of meter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. b. Deliver salvaged material to the Water Department Field Operation Storage Yard. 11. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances. g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 05 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN.• 104924 0241 14-14 UTILITY REMOVAL/ABANDONMENT 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Page 14 of 16 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. C. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. 2. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater and dispose of any sewage from the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN.• 104924 0241 14 - 15 UTILITY REMOVAL/ABANDONMENT Page 15 of 16 1 a. All storm sewer manholes that are to be taken out of service are to be removed 2 unless specifically requested and/or approved by City. 3 b. Excavate and backfill in accordance with Section 33 05 10. 4 c. Demolish and remove entire concrete manhole. 5 d. Cut and plug storm sewer lines to be abandoned. 6 5. Storm Sewer Junction Box and/or Junction Structure Removal 7 a. Excavate and backfill in accordance with Section 33 05 10. 8 b. Demolish and remove entire concrete structure. 9 c. Cut and plug storm sewer lines to be abandoned. 10 6. Storm Sewer Inlet Removal 11 a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Demolish and remove entire concrete inlet. 13 c. Cut and plug storm sewer lines to be abandoned. 14 7. Storm Sewer Box Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Cut existing line from the utility system prior to removal. 17 c. Cut any services prior to removal. 18 d. Remove existing pipe line and properly dispose as approved by City. 19 8. Headwall/SET Removal 20 a. Excavate and backfill in accordance with Section 33 05 10. 21 b. Demolish and remove entire concrete inlet. 22 c. Cut and plug storm sewer lines to be abandoned. 23 9. Storm Sewer Trench Drain Removal 24 a. Excavate and backfill in accordance with Section 33 05 10. 25 b. Remove existing pipe line and dispose as approved by City. 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 0241 14 - 16 UTILITY REMOVAL/ABANDONMENT Page 16 of 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.C.3.c. — Include Frame and Cover in Payment description 12/20/12 D. Johnson Throughout — added abandonment of storm and sewer manholes when requested and/or approved by City CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 024115-1 PAVING REMOVAL Page 1 of 6 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 02 4115 PAVING REMOVAL 5 A. Section Includes: 6 1. Removing concrete paving, asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6. Disposal of removed materials 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1 - General Requirements 17 3. Section 32 1133 - Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 WELLING TON M UL TIFAMIL Y CPN.• 104924 024115-2 PAVING REMOVAL Page 2 of 6 1 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, 2 cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to 3 execute work. For utility projects, this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, 6 hauling, disposal, tools, equipment, labor and incidentals needed to execute 7 work. For utility projects, this Item shall be considered subsidiary to the trench 8 and no other compensation will be allowed. 9 e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, 10 hauling, disposal, tools, equipment, labor and incidentals needed to execute 11 work. 12 f. Wedge Milling: full compensation for all milling, hauling milled material to 13 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 14 to execute the work. 15 g. Surface Milling: full compensation for all milling, hauling milled material to 16 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 17 to execute the work. 18 h. Butt Milling: full compensation for all milling, hauling milled material to 19 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 20 to execute the work. 21 i. Pavement Pulverization: full compensation for all labor, material, equipment, 22 tools and incidentals necessary to pulverize, remove and store the pulverized 23 material, undercut the base, mixing, compaction, haul off, sweep, and dispose 24 of the undercut material. 25 j. Remove speed cushion: full compensation for removal, hauling, disposal, 26 tools, equipment, labor, and incidentals needed to execute the work. For utility 27 projects, this Item shall be considered subsidiary to the trench and no other 28 compensation will be allowed. 29 k. No payment for saw cutting of pavement or curbs and gutters will be made 30 under this section. Include cost of such work in unit prices for items listed in 31 bid form requiring saw cutting. 32 1. No payment will be made for work outside maximum payment limits indicated 33 on plans, or for pavements or structures removed for CONTRACTOR'S 34 convenience. 35 1.3 REFERENCES 36 A. ASTM International (ASTM): 37 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 38 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] 45 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 2, 2016 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT [NOT USED] 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 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 024115-3 PAVING REMOVAL Page 3 of 6 PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing 1. Sawing Equipment. a. Power -driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.13. 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 WELLING TON M UL TIFAMIL Y CPN.• 104924 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0241 15 - 4 PAVING REMOVAL Page 4 of 6 D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.13. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.13. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 WELLING TON M UL TIFAMIL Y CPN.• 104924 024115-5 PAVING REMOVAL Page 5 of 6 1 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the 2 wedge milling includes the removal of the existing asphalt covering the gutter 3 up to and along the face of curb. 4 e. Perform wedge or surface milling operation in a continuous manner along both 5 sides of the street or as directed. 6 4. Butt Joint Milling 7 a. Mill butt joints into the existing surface, in association with the wedge milling 8 operation. 9 b. Butt joint will provide a full width transition section and a constant depth at the 10 point where the new overlay is terminated. 11 c. Typical locations for butt joints are at all beginning and ending points of streets 12 where paving material is removed. Prior to the milling of the butt joints, 13 consult with the City for proper location and limits of these joints. 14 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 15 valley gutters, bridge decks and culverts and all other items which transverse 16 the street and end the continuity of the asphalt surface. 17 e. Make each butt joint 20 feet long and milled out across the full width of the 18 street section to a tapered depth of 2 inch. 19 £ Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 20 line adjacent to the beginning and ending points or intermediate transverse 21 items. 22 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 23 over the bump. 24 G. Remove Brick Paving 25 1. Remove masonry paving units to the limits specified in the plans or as directed by 26 the City. 27 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile 28 yard at 3300 Yuma Street or as directed. 29 H. Pavement Pulverization 30 1. Pulverization 31 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. 32 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 33 base 2 inches. 34 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 35 2. Cement Application 36 a. Use 3.5% Portland cement. 37 b. See Section 32 1133. 38 3. Mixing: see Section 32 1133. 39 4. Compaction: see Section 32 1133. 40 5. Finishing: see Section 32 1133. 41 6. Curing: see Section 32 1133. 42 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 43 stone/gravel: 44 a. Undercut not required 45 b. Pulverize 10 inches deep. 46 c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 2, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 024115-6 PAVING REMOVAL Page 6 of 6 I. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — modified payment requirements on utility projects 2/2/2016 F. Griffin 1.2.A.2.b. — Removed duplicate last sentence. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 03 30 00 - 1 CAST -IN -PLACE CONCRETE Pagel of 25 5 A. Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast -in -Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast -furnace slag CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 25 1 5) Silica fume 2 b. Subject to compliance with the requirements of this specification 3 B. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification, unless a date is specifically cited. 7 2. American Association of State Highway and Transportation (AASHTO): 8 a. M182, Burlap Cloth Made from Jute or Kenaf. 9 3. American Concrete Institute (ACI): 10 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 11 b. ACI 301 Specifications for Structural Concrete 12 c. ACI 305.1 Specification for Hot Weather Concreting 13 d. ACI 306.1 Standard Specification for Cold Weather Concreting 14 e. ACI 308.1 Standard Specification for Curing Concrete 15 f. ACI 318 Building Code Requirements for Structural Concrete 16 g. ACI 347 Guide to Formwork for Concrete 17 4. American Institute of Steel Construction (AISC): 18 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 19 5. ASTM International (ASTM): 20 a. A36, Standard Specification for Carbon Structural Steel. 21 b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 22 Hardware. 23 c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting 24 Materials for High -Temperature Service and Other Special Purpose 25 Applications. 26 d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 29 Concrete Reinforcement. 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready -Mixed Concrete. 38 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 40 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 41 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 42 n. C150, Standard Specification for Portland Cement. 43 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 44 p. C219, Standard Terminology Relating to Hydraulic Cement. 45 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 46 Pressure Method. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 25 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C595, Standard Specification for Blended Hydraulic Cements v. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. w. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. x. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. y. C 1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. z. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. aa. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. bb. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. cc. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. dd. F436, Standard Specification for Hardened Steel Washers. 6. American Welding Society (AWS). a. D1.1, Structural Welding Code -Steel. b. D I A, Structural Welding Code -Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast -in -place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast -in -place concrete b. Concrete mix designs c. Grouting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March It, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 03 30 00 - 4 CAST -IN -PLACE CONCRETE Page 4 of 25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project condi- 13 tions, weather, test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists, the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements, products that 17 may be incorporated into the Work include, but are not limited to, products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include, but are not limited to, manufacturers specified. 22 B. Form -Facing Materials 23 1. Rough -Formed Finished Concrete 24 a. Plywood, lumber, metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood, metal, PVC or rubber strips 28 b. 3/4-inch x 3/4-inch, minimum 29 3. Rustication Strips 30 a. Wood, metal, PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form -Release Agent 33 a. Commercially formulated form -release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form -facing materials, formulate with rust inhibitor. 37 5. Form Ties CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 25 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt I1, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March It, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 25 b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement, Portland -Limestone Cement a) ASTM C 150, Type I/II, gray b) ASTM C595, Type IL cement c) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable 46 J. Admixtures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March It, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 25 1. Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type II K. Waterstops 1. Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March It, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 25 1 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 4 6) Euclid Chemical Company (The); Kurez DR VOX 5 7) Kaufman Products, Inc.; Thinfilm 420 6 8) Lambert Corporation; Aqua Kure -Clear 7 9) L&M Construction Chemicals, Inc.; L&M Cure R 8 10) Meadows, W. R., Inc.; 1100 Clear 9 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 10 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 11 13) Tamms Industries, Inc.; Horncure WB 30 12 14) Unitex; Hydro Cure 309 13 15) US Mix Products Company; US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C 1059, Type Il, non-redispersible, acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 21 to damp surfaces, of class suitable for application temperature and of grade to 22 suit requirements, and as follows: 23 1) Types I and II, non -load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement -based, polymer -modified, self -leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150, C595, Portland cement, Portland -Limestone Cement or hy- 44 draulic or blended hydraulic cement as defined in ASTM C219 45 c. Primer CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 03 30 00 - 10 CAST -IN -PLACE CONCRETE Page 10 of 25 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Overlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, C595, Portland cement, Portland -Limestone Cement or hy- draulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength Pc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than Portland ce- ment or Portland -Limestone cement in concrete as follows, unless specified otherwise: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 03 30 00 - 11 CAST -IN -PLACE CONCRETE Page 11 of 25 1) Fly Ash: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast -Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride -ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal -weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high -range water -reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 03 30 00 - 12 CAST -IN -PLACE CONCRETE Page 12 of 25 1 Q. Fabricating Reinforcement 2 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 3 R. Fabrication of Embedded Metal Assemblies 4 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 5 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 6 accordance with AWS D1.1. 7 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 8 All other metal assemblies shall be either hot dip galvanized or painted with an 9 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 10 installed in accordance with the manufacturer's instructions. Repair painted 11 assemblies after welding with same type of paint. 12 S. Concrete Mixing 13 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 14 ASTM C94, and furnish batch ticket information. 15 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 16 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 17 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 18 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 19 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 20 batch machine mixer. 21 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 22 minutes, but not more than 5 minutes after ingredients are in mixer, before any 23 part of batch is released. 24 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 25 seconds for each additional 1 cubic yard. 26 c. Provide batch ticket for each batch discharged and used in the Work, indicating 27 Project identification name and number, date, mixture type, mixture time, 28 quantity, and amount of water added. Record approximate location of final 29 deposit in structure. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION [NOT USED] 36 3.4 INSTALLATION 37 A. Formwork CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 03 30 00 - 13 CAST -IN -PLACE CONCRETE Page 13 of 25 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough -formed finished surfaces. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of 25 4. Construct forms tight enough to prevent loss of concrete mortar. 5. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust -stained steel form -facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. 8. Foundation Elements: Form the sides of all below grade portions of beams, pier caps, walls, and columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifically indicated on the Drawings. 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete. 1 1. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement, anchoring devices, and embedded items. a. Do not apply form release agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items 1. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor rods, accurately located, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location of bolt group (center): '/2 inch CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 3) Rotation of bolt group: 5 degrees 2 4) Angle off vertical: 5 degrees 3 5) Bolt projection: f 3/8 inch 4 b. Install reglets to receive waterproofing and to receive through -wall flashings in 5 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 6 shelf angles, and other conditions. 7 C. Removing and Reusing Forms 8 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 9 compressive strength. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form -removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1-way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high -early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 03 30 00 - 16 CAST -IN -PLACE CONCRETE Page 16 of 25 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: f3/8 inch 2) Members more than 8 inches deep: f1/2 inch b. Concrete Cover to Formed or Finished Surfaces: f3/8 inches for members 8 inches deep or less; f1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound, respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement 11 across construction joints, unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam -girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls, near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 forma continuous diaphragm. Install in longest lengths practicable. Supportand 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated, according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole, prior to installing adhesive material. 41 I. Concrete Placement 42 1. Before placing concrete, verify that installation of formwork, reinforcement, and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 03 30 00 - 18 CAST -IN -PLACE CONCRETE Page 18 of 25 1 2. Do not add water to concrete during delivery, at Project site, or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete, water may be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding high -range water -reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 8 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously, provide 11 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 13 pressures, 15 feet maximum and in a manner to avoid inclined construction 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 16 ACI 301. 17 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 18 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 19 layer and at least 6 inches into preceding layer. Do not insert vibrators into 20 lower layers of concrete that have begun to lose plasticity. At each insertion, 21 limit duration of vibration to time necessary to consolidate concrete and 22 complete embedment of reinforcement and other embedded items without 23 causing mixture constituents to segregate. 24 d. Do not permit concrete to drop freely any distance greater than 10 feet for 25 concrete containing a high range water reducing admixture (superplasticizer) or 26 5 feet for other concrete. Provide chute or tremie to place concrete where longer 27 drops are necessary. Do not place concrete into excavations with standing 28 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 29 with its outlet near the bottom of the place of deposit. 30 e. Discard pump priming grout and do not use in the structure. 31 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 32 within limits of construction joints, until placement of a panel or section is 33 complete. 34 a. Consolidate concrete during placement operations so concrete is thoroughly 35 worked around reinforcement and other embedded items and into corners. 36 b. Maintain reinforcement in position on chairs during concrete placement. 37 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 38 d. Slope surfaces uniformly to drains where required. 39 e. Begin initial floating using bull floats or darbies to form a uniform and open- 40 textured surface plane, before excess bleedwater appears on the surface. Do not 41 further disturb slab surfaces before starting finishing operations. 42 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 43 concrete work from physical damage or reduced strength that could be caused by 44 frost, freezing actions, or low temperatures. 45 a. When average high and low temperature is expected to fall below 40 46 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 47 temperature within the temperature range required by ACI 301. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 03 30 00 - 19 CAST -IN -PLACE CONCRETE Page 19 of 25 1 b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt, or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature, provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 11 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed -surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 20 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 23 indicated. 24 K. Miscellaneous Concrete Items 25 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 26 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 27 specified, to blend with in -place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 31 corners, intersections, and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations, complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 37 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 45 ACI 305.1 for hot -weather protection during curing. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces, including floors and slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water -fog spray 14 3) Absorptive cover, water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete, placed in widest practicable width, with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 43 projections on the surface, and stains and other discolorations that cannot be 44 removed by cleaning. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 03 30 00 - 21 CAST -IN -PLACE CONCRETE Page 21 of 25 1 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 2 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 4 with water, and brush -coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fill form -tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that, when dry, patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compact mortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 22 each composite sample, but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive -Strength Tests: ASTM C39; 32 a. Test I cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field -cured cylinders is less than 85 percent of companion 36 laboratory -cured cylinders, evaluate operations and provide corrective procedures 37 for protecting and curing in -place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive -strength tests equals or exceeds specified compressive 40 strength and no compressive -strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 2 within 48 hours of testing. Reports of compressive -strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7- and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure, as 14 indicated by cylinder tests, falls below the specified requirements, provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of f 1/4 inch in 10 feet, not to exceed 3/4 39 inches total variation, anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM E1155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 25 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any I test sample 3 (line of measurements) anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values (FL) do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface, with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab -on -Grade Construction: f 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: f 3/4 inch 30 3) Top surfaces of all other slabs: f 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors, wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 10 DATE NAME 12/20/2012 D.Johnson 3/11//2022 Zelalem Arega 11 END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3A.C.1 — Changed 75% to 70% 1.3.B.5.t, 2.211, 2.2.0.2, — Added ASTM C595 — Type IL cement CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 0334 13- 1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following: 7 a. Flowable backfill 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 03 30 00 - Cast -in -Place Concrete 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 or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. 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 B. ASTM International (ASTM): 28 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 - Standard Specification for Concrete Aggregates. 31 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 34 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 033413-2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 1 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section 0133 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product data 10 B. Sieve analysis 11 1. Submit sieve analyses of fine and coarse aggregates being used. 12 a. Resubmit at anytime there is a significant change in grading of materials. 13 2. Mix 14 a. Submit full details, including mix design calculations for mix proposed for use. 15 C. Trial batch test data 16 1. Submit data for each test cylinder. 17 2. Submit data that identifies mix and slump for each test cylinder. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD 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 PRODUCT TYPES AND MATERIALS 27 A. Materials 28 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 29 00. 30 2. Fly ash: Class F fly ash in accordance with ASTM C618. 31 3. Water: As specified in Section 03 30 00. 32 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 1 5. Fine aggregate: Concrete sand (does not need to be in accordance with 2 ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 3 and no plastic fines shall be present. 4 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. 5 B. Mixes 6 1. Performance requirements 7 a. Total calculated air content 8 1) Not less than 8.0 percent or greater than 12.0 percent. 9 b. Minimum unconfined compressive strength 10 1) Not less than 50 psi measured at 28 days. 11 c. Maximum unconfined compressive strength 12 1) Not greater than 150 psi measured at 28 days. 13 2) Limit the long-term strength (90 days) to 200 psi such that material could 14 be re -excavated with conventional excavation equipment in the future if 15 necessary. 16 d. Wet density 17 1) No greater than 132 pounds per cubic foot. 18 e. Color 19 1) No coloration required unless noted. 20 2) Submit dye or other coloration means for approval. 21 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 22 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A. Trial batch 26 1. After mix design has been accepted by Engineer, have trial batch of the accepted 27 mix design prepared by testing laboratory acceptable to Engineer. 28 2. Prepare trial batches using specified cementitious materials and aggregates 29 proposed to be used for the Work. 30 3. Prepare trial batch with sufficient quantity to determine slump, workability, 31 consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 033413-4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 1 B. Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix. 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist curing room. Exercise caution in moving and 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping, banging, or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a. Perform the capping carefully to prevent premature fractures. 15 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 16 than the test cylinders. 17 c. Do not perform initial compression test until the cylinders reach a minimum 18 age of 3 days. 19 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modified herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength, but not exceed 23 maximum compression strength. 24 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 25 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 26 acceptable trial batch is produced that meets the Specifications. 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 2. After acceptance, do not change the mix design without submitting a new mix 30 design, trial batches, and test information. 31 E. Determine slump in accordance with ASTM C143 with the following exceptions: 32 1. Do not rod the concrete material. 33 2. Place material in slump cone in 1 semi -continuous filling operation, slightly 34 overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit lift heights of CLSM placed against structures and other facilities that could 9 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 10 height indicated on the Drawings. Do not place another lift of CLSM until the last 11 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 12 weight of the next lift of CLSM. 13 2. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties. 15 3. Transport and place material so that it flows easily around, beneath, or through 16 walls, pipes, conduits, or other structures. 17 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 18 material to flow freely during placement: 19 a. After trial batch testing and acceptance, maintain slump developed during 20 testing during construction at all times within f 1 inch. 21 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where 22 required) such that when placed, the material is self -compacting, self-densifying, 23 and has sufficient plasticity that compaction or mechanical vibration is not required. 24 6. When using as embedment for pipe take appropriate measures to ensure line and 25 grade of pipe. 26 3.5 REPAIR [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens, and provide 31 manual assistance to assist the Engineer in preparing said specimens. 32 2. Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the City 34 1. During the progress of construction, the City will have tests made to determine 35 whether the CLSM, as being produced, complies with the requirements specified 36 hereinbefore. Test cylinders will be made and delivered to the laboratory by the 37 Engineer and the testing expense will be borne by the City. 38 2. Test cylinders 39 a. Prepare test cylinders in accordance with ASTM C31 with the following 40 exceptions: CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 2 the mix. 3 2) Do not rod the concrete mix. 4 3) Strike off the excess material. 5 b. Place the cylinders in a safe location away from the construction activities. 6 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 7 sprinkle water directly on the cylinders. 8 c. After 2 days, place the cylinders in a protective container for transport to the 9 laboratory for testing. The concrete test cylinders are fragile and shall be 10 handled carefully. The container may be a box with a Styrofoam or similar 11 lining that will limit the jarring and bumping of the cylinders. 12 d. Place test cylinders in a moist curing room. Exercise caution in moving and 13 transporting the cylinders since they are fragile and will withstand only 14 minimal bumping, banging, or jolting without damage. 15 e. Do not remove the test cylinder from mold until the cylinder is to be capped 16 and tested. 17 f. The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perform the capping carefully to prevent premature fractures. 20 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 21 diameter than the test cylinders. 22 3) Do not perform initial compression test until the cylinders reach a 23 minimum age of 3 days. 24 3. The number of cylinder specimens taken each day shall be determined by the 25 Inspector. 26 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 27 except as modified herein. 28 b. The compression strength of the cylinders tested at 28 days shall be equal to or 29 greater than the minimum required compression strength, but not exceed 30 maximum compression strength. 31 4. The City will test the air content of the CLSM. Test will be made immediately after 32 discharge from the mixer in accordance with ASTM C231. 33 5. Test the slump of CLSM using a slump cone in accordance with ASTM C 143 with 34 the following exceptions: 35 a. Do not rod the concrete material. 36 b. Place material in slump cone in 1 semi -continuous filling operation, slightly 37 overfill, tap lightly, strike off, and then measure and record slump. 38 6. If compressive strength of test cylinders does not meet requirements, make 39 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 260533-1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 1 SECTION 26 05 33 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install complete raceway systems as shown on the Drawings and as 7 specified herein. 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 26 05 43 — Underground Ducts and Raceways for Electrical Systems 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists 17 a. Measurement 18 1) This Item is considered subsidiary to Electrical Facilities. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 22 lump sum price bid for Electrical Facilities, and no other compensation will 23 be allowed. 24 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists 25 a. Measurement 26 1) Measurement for conduit shall be per linear foot of the size, installation 27 method, and type of conduit installed. 28 2) Limits of measurement for conduit are from center to center between 29 ground boxes or poles, a combination of the two or to the termination point. 30 b. Payment 31 1) Payment for conduit shall be made at the price bid per linear foot of the 32 size, installation method, and type of conduit installed. 33 c. The price bid shall include: 34 1) Installation of Conduit and Related Hardware including, but not limited to: 35 a) Elbows 36 b) Couplings 37 c) Weatherheads 38 3. Conduit Boxes, when a bid item for Electrical Facilities exists 39 a. Measurement 40 1) This Item is considered subsidiary to Electrical Facilities. 41 b. Payment CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 26 05 33 - 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 1 1) The work performed and the materials furnished in accordance with this 2 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 3 lump sum price bid for Electrical Facilities, and no other compensation will 4 be allowed. 5 4. Conduit Boxes, when no bid item for Electrical Facilities exists 6 a. Measurement 7 1) Measurement for this Item shall be per each Conduit Box installed per 8 location of installation. 9 b. Payment 10 1) The work performed and materials furnished in accordance to this Item 11 shall be paid for at the unit price bid for "Conduit Box" installed. 12 c. The price bid shall include: 13 1) Furnishing and installing the Conduit Box 14 2) Excavation 15 3) Furnishing, placement and compaction of backfill 16 4) Clean-up 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. American National Standards Institute, Inc. (ANSI). 23 a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum 24 Conduit (ERAC). 25 3. National Electrical Manufacturers Association (NEMA). 26 a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). 27 b. C80.1, Electrical Rigid Steel Conduit. 28 c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 29 d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and 30 Tubing. 31 e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit. 32 4. National Fire Protection Association (NFPA) 33 a. 70 — National Electrical Code (NEC). 34 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 35 2) Chapter 9, Tables. 36 5. Underwriters Laboratories (UL) 37 a. 6, Electrical Rigid Metal Conduit — Steel. 38 b. 51413, Conduit, Tubing and Cable Fittings. 39 c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. 40 B. All equipment components and completed assemblies specified in this Section of the 41 Specifications shall bear the appropriate label of UL. 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS [NOT USED] 44 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 26 05 33 - 3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 1 A. Product Data 2 1. Submit to the City, in accordance with Division 1, the manufacturers' names and 3 product designation or catalog numbers of all materials specified. 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. Refer to Specification Section 0160 00 for listing of approved manufacturers 10 for all materials. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. Handling: In accordance with manufacturer's instructions. 14 2. Storage 15 a. In accordance with manufacturer's instructions 16 b. Not exposed to sunlight 17 c. Completely covered 18 3. Materials showing signs of previous or jobsite exposure will be rejected. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY 21 A. No separate warranty on conduit. 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 24 2.2 CONDUIT 25 A. Liquidtight Steel Flexible Metal Conduit 26 1. Interlocked steel core 27 2. PVC jacket rated for 80 degrees Celsius 28 3. Complies with NEC Article 350 29 4. Fittings 30 5. Extruded from 6063 T-1 alloy 31 6. Maximum 0.1 percent copper content 32 7. Conform to: 33 a. ANSI C80.5 34 b. UL-6 35 B. Rigid Steel Conduit 36 1. Hot dip galvanized 37 2. Threads: Hot galvanized after cutting CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 26 05 33 - 4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 1 3. Conforms to: 2 a. NEMA C80.1 3 C. Rigid PVC Schedule 80 Conduit 4 1. Designed for use above ground and underground as described in the NEC 5 2. Resistant to sunlight 6 3. UL Labeled 7 4. Conforms to: 8 a. NEMA TC-2 9 b. UL 651 10 5. Fittings conform to: 11 a. NEMA TC-3 12 b. UL 514B 13 D. Rigid PVC Schedule 40 Conduit 14 1. Designed for use underground as described in the NEC 15 2. Resistant to sunlight 16 3. UL Labeled. 17 4. Conforms to: 18 a. NEMA TC-2 19 b. UL 651 20 5. Fittings conform to: 21 a. NEMA TC-3 22 b. UL 514B 23 E. High Density Polyethylene (HDPE) Conduit 24 1. Designed for use underground as described in the NEC 25 2. Resistant to sunlight 26 3. UL Labeled 27 4. Conforms to: 28 a. UL 651A 29 b. UL 651B 30 c. NEMA TC-7 31 F. Raceway Boxes 32 1. Use: Exposed raceway systems only 33 2. Boxes for underground systems: Refer to Section 26 05 43. 34 3. Box size 35 a. Distance between each raceway entry inside the box and the opposite wall: Not 36 be less than 6 times the trade size of the largest raceway in a row. 37 b. Distance shall be increased for additional entries by the amount of the sum of 38 the diameters of all other raceway entries in the same row on the same wall of 39 the box. 40 c. Each row calculated individually, and the single row that provides the 41 maximum distance used to size box. 42 2.3 ACCESSORIES 43 A. Conduit Outlet Bodies CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 26 05 33 - 5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 1 1. Up to and including 2-1/2 inches 2 a. Conduit outlet bodies and covers: Galvanized steel 3 b. Captive screw -clamp cover 4 c. Neoprene gasket 5 d. Stainless steel screws and clamps 6 2. Larger than 2-1/2 inches 7 a. Use junction boxes. 8 B. Conduit Hubs 9 1. Watertight 10 2. Threaded galvanized steel 11 3. Insulated throat 12 4. Stainless steel grounding screw 13 C. Grounding Bushings 14 1. Insulated lay -in lug grounding bushings 15 2. Tin-plated copper grounding path 16 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees 17 Celsius 18 4. Plastic insert cap each bushing 19 5. Lug size: Sufficient to accommodate maximum ground wire size required by the 20 NEC for the application 21 D. Raceway Sealant 22 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures 23 where shown or specified 24 E. Conduit Penetration Seals 25 1. Use for conduit wall and floor seals 26 F. Conduit and related hardware 27 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 28 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' 29 Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the 30 Drawings. 31 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 32 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on 33 type. 34 G. Expansion/Deflection Fittings 35 1. Use 36 a. Embedded in concrete 37 b. Exposed 38 2. Description 39 a. Internal grounding 40 b. 4 inch movement 41 c. Stainless steel/cast iron 42 H. Expansion Fittings CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 1 1. 2 2. 3 3. Galvanized steel 8 inch movement Internal grounding 26 05 33 - 6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 APPLICATION 10 A. Interface with Other Work 11 1. Coordinate the placement of conduit and related components with other trades and 12 existing installations. 13 B. Unless shown on the Drawings or specified otherwise, the conduit type installed with 14 respect to the location shall be as follows: 15 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 16 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 17 3. Exposed: Rigid galvanized steel 18 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal 19 Conduit 20 C. Box Applications 21 1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the 22 location in which they are installed. 23 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: 24 Galvanized steel 25 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or 26 enclosure is prohibited 27 D. Conduit Outlet Bodies Applications 28 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, 29 except where junction boxes are shown or otherwise specified 30 2. Conduits larger than 2-1/2 inches: Use junction boxes 31 E. Conduit Hub Applications 32 1. Unless specifically stated herein or described on the Drawings, all raceways shall 33 terminate at an outlet with a conduit hub. Locknut or double locknut terminations 34 will not be permitted. 35 F. Insulated Grounding Bushing Applications 36 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or 37 switchgear, if there is no wall or floor pan on which to anchor or terminate the 38 raceway. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 26 05 33 - 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 1 2. Other raceways: Terminate on enclosures with a conduit hub. 2 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be 3 pulled. 4 G. Conduit Fittings Applications 5 1. Combination expansion deflection fittings: Install where conduits cross structure 6 expansion joints, on conduit transitions from underground to above ground, and 7 where installed in exposed conduit runs such that the distance between expansion- 8 deflection fittings does not exceed 150 feet of conduit run. 9 2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on 10 the exposed side of conduit transitions from underground to above ground, where 11 the earth has been disturbed to a depth of more than 10 feet. 12 H. Conduit Penetration Seals Applications 13 1. Conduit wall seals: Use where underground conduits penetrate walls or at other 14 locations shown on the Drawings 15 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at 16 other locations shown on the Drawings 17 I. Conduit Tag Applications 18 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor 19 penetrations. 20 2. Tag all underground conduits and ducts at all locations, exiting and entering from 21 underground, including manholes and handholes. 22 J. Raceway Installation 23 1. No conduit smaller than 11/4 inch electrical trade size. 24 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 25 3. Do not pull wire until the conduit system is complete in all details. 26 4. Install all underground raceways in accordance with Section 26 05 43. 27 5. Where raceways enter or leave the raceway system, where the raceway origin or 28 termination, could be subjected to the entry of moisture, rain or liquid of any type, 29 particularly where the termination of such raceways terminate in any equipment, 30 new or existing at a lower elevation, such raceways shall be tightly sealed, using 31 watertight sealant (Duxseal or equal), at the higher elevation, both before and after 32 the installation of cables, such that there shall be no entry of water or moisture to 33 the Raceway System at any time. Any damage to new or existing equipment, due to 34 the entrance of moisture from unsealed raceways, shall be corrected by complete 35 replacement of such equipment, at no cost to the City. Cleaning or drying of such 36 damaged equipment will not be acceptable. 37 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 38 feet or less as required to obtain rigid construction. 39 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back 40 plates, to raise conduits from the surface. 41 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal 42 members and threaded hanger rods not less than 3/8 inch in diameter. 43 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to 44 provide a minimum of 1/2 inch clearance between wall and equipment. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. Use concrete inserts of the spot type where attached to concrete surfaces. 11. Conduits on exposed work a. Install at right angles to and parallel with the surrounding wall. b. Conform to the form of the ceiling. c. No diagonal runs. d. Provide concentric bends in parallel conduit runs. e. Install conduit perfectly straight and true. 12. Conduits terminated into enclosures: Install perpendicular to the walls where flexible liquidtight or rigid conduits are required. a. Do not use short sealtight elbow fittings for such terminations, except for connections to instrumentation transmitters where multiple penetrations are required. 13. Use insulated throat grounding bushings for conduits containing equipment grounding conductors and terminating in boxes. Connect grounding conductors to the box. 14. Install conduits using threaded fittings. Do not use running threads. 15. PVC conduit: Use glued type conduit fittings. 16. HDPE conduit: Use fittings by same manufacturer as conduit. 17. Liquidtight flexible steel conduit a. Primary and secondary of transformers b. Generator terminations c. Other equipment where vibration is present d. Connections to instrumentation transmitters, where multiple penetrations are required e. Do not use in other locations. f. Maximum length: Not greater than that of a factory manufactured long radius elbow of the conduit size being used g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, Table 2, "Other Bends". h. Do not use BX or AC type prefabricated cables. 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings against the passage of flame and smoke. 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing bushings. 20. Raceways terminating in Control Panels or boxes containing electrical equipment a. Do not install to enter from the top of the panel or box. b. Seal with a watertight sealant: Duxseal or equal 21. Conduit a. The Contractor will be required to coordinate with all local utility companies, long distance communication companies, City utilities, railroad companies, and Dig Tess if applicable, to ascertain exact locations of conflicting underground services. b. The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN.• 104924 26 05 33 - 9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 1 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as 2 measured from the intended target point for bores. 3 e. The use of a pneumatically driven device for punching holes beneath the 4 pavement (commonly known as a "missile") will not be permitted. 5 f. Conduit installed for future use shall have a non-metallic, nylon type pull string 6 and shall be capped using standard weather tight conduit caps, as approved by 7 the Inspector. 8 g. The Contractor shall place duct seal or foam at the ends of all conduit where 9 conductors and/or cables are present. 10 h. New Conduit 11 1) All underground conduit shall be schedule 40 PVC conduit. 12 2) All conduit or raceways above ground shall be rigid metal. 13 3) All conduit and fittings shall be of the sizes and types shown on the 14 Drawings. 15 4) Each section of conduit shall bear evidence of approval by Underwriter's 16 Laboratories. 17 5) Conduit terminating in posts or pedestal bases shall not extend vertically 18 more than 3 inches above the concrete foundation. 19 6) Field bends in conduit shall have a minimum radius of 12 diameters of the 20 nominal size of the conduit. 21 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and 22 couplings made tight. PVC conduit shall be joined by the solvent --weld 23 method in accordance with the conduit manufacturer's recommendations. 24 8) No reducer couplings shall be used unless specifically indicated on the 25 Drawings. 26 9) Conduit and fittings shall have burrs and rough places smoothed and shall 27 be clean and free of obstructions before the cable is installed. 28 10) Field cuts shall be made with a hacksaw only, and shall be square and true 29 so that the ends will butt or come together for the full diameter thereof. 30 a) In no case shall a cutting torch be used to cut or join conduit. 31 11) Slip joints or running threads will not be permitted for coupling conduit 32 unless approved by the Inspector. 33 12) When a standard coupling cannot be used, an approved union coupling 34 shall be used and shall provide a water -tight coupling between the conduit. 35 13) Couplings shall be properly installed to bring their ends of connected 36 conduit together to produce a good rigid connection throughout the entire 37 length of the conduit run. 38 14) Where the coating on a rigid metal conduit run has been damaged in 39 handling or installation, such damaged parts shall be thoroughly painted 40 with rust preventive paint. 41 15) Ends of conduits shall be capped or plugged until installation of the wire is 42 complete. 43 16) Upon request by the Inspector, the Contractor shall draw a full-size metal 44 wire brush, attached by swivel joint to a pull tape, through the metal 45 conduit to insure that the conduit is clean and free from obstructions. 46 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 47 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 48 mm) below the finished street grade in the street area. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 260533-10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 1 18) Conduit placed for concrete encasement shall be secured and supported in 2 such a manner that the alignment will not be disturbed during placement of 3 the concrete. 4 a) No concrete shall be placed until all of the conduit ends have been 5 capped and all box openings closed. 6 19) PVC conduit, which is to be placed under existing pavement, sidewalks, 7 and driveways, shall be placed by first providing a void through which the 8 PVC conduit shall be inserted. 9 a) The void may be made by boring. 10 b) Use of water or other fluids in connection with the boring operation 11 will be permitted only to lubricate cuttings. 12 c) Water jetting will not be permitted. 13 20) If it is determined by the Inspector that it is impractical to place the conduit 14 by boring as outlined above due to unforeseen obstructions, written 15 permission may be granted by the Traffic Services Manager or designee for 16 the Contractor to cut the existing pavement. 17 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the 18 curb or the outside edge of the shoulder. 19 a) The boring method used shall not interfere with the operation of streets, 20 highways, or other facilities, and shall not weaken or damage any 21 embankment structure, or pavement. 22 22) Backfill - Compaction & Density Test for All Ditchlines 23 a) All ditchlines within paving areas of existing and proposed streets and 24 within 2 feet (600 mm) back of curb are to be mechanically tamped. 25 b) All tamping is to be density controlled to 90 percent standard proctor 26 density at optimum moisture content and no greater than 5 percent 27 optimum or less than 2 percent below optimum. 28 c) All backfill material is to be select native material, 6 inches (150 mm) 29 diameter clods and smaller. 30 d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 31 mm) lifts with densities being taken for each 1 feet (300 mm) of 32 compacted material on offsetting stations of 50 feet (15.9 M). 33 23) Provide adequately bent conduit and properly excavate so as to prevent 34 damage to the conduit or conductor by a bend radius which is too short. 35 24) All conduit runs shall be continuous and of the same material (metal only 36 or PVC only). 37 25) Where tying into existing conduit, the Contractor must continue with the 38 same material (metal to metal or PVC to PVC). 39 26) Each length of galvanized rigid metal conduit, where used, shall be reamed 40 and threaded on each end and couplings shall be made up tight. 41 27) White -lead paint or equal shall be used on threads of all joints. 42 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 43 29) Where the coating on a metal conduit run has been damaged in handling or 44 installation, such damaged parts shall be thoroughly painted with rust 45 preventive paint. 46 i. Existing Conduit 47 1) Prior to pulling cable in existing underground conduit, the conduit shall be 48 cleaned with a mandrel or cylindrical wire brush and blown out with 49 compressed air. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 260533 -11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 1 2) If conduit appears to be blocked, the Contractor shall make an attempt to 2 clear the conduit by rodding (The Contractor will not receive extra 3 compensation for rodding). 4 3) If the existing conduit cannot be used, the Contractor may be required to 5 repair and/or replace this conduit as directed by the Engineer. 6 a) Repair of this conduit will be paid for as "extra work" on a Change 7 Order. 8 4) The Inspector shall be notified prior to disconnection or removal of any 9 existing cable. 10 22. Conduits from external sources entering or leaving a multiple compartment 11 enclosure: Stub up into the bottom horizontal wireway or other manufacturer 12 designated area, directly below the vertical section in which the conductors are to 13 be terminated. 14 23. Conduits entering from cable tray: Stub into the upper section. 15 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or 16 NEMA 7. 17 25. Conduit identification platens 18 a. Install on all power, instrumentation, alarm and control conduits at each end of 19 the run and at intermediate junction boxes and manholes. 20 b. Install conduit plates before conductors are pulled into conduits. 21 c. Coordinate exact identification plate location with the City at the time of 22 installation to provide uniformity of placement and ease of reading. 23 26. Pull mandrels through all existing conduits that will be reused and through all new 24 conduits 2 inches in diameter and larger prior to installing conductors. 25 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or 26 designated for future equipment. 27 28. Install conduit to drain away from the equipment served. If conduit drainage is not 28 possible, use conduit seals to plug the conduits at the point of attachment to the 29 equipment 30 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, 31 present or future, in floor or ceiling construction. 32 30. Do not use running threads. 33 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated 34 spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 35 32. Locate conduits a minimum of 3 inches from steam or hot water piping. 36 a. Where crossings are unavoidable, locate conduit at least 1 inch from the 37 covering of the pipe crossed. 38 33. Conduits terminating at a cable tray 39 a. Support independently from the cable tray. 40 b. Provide conduit support within 1-feet of the cable tray. 41 c. Weight of the conduit not supported by cable tray 42 3.5 REPAIR / RESTORATION [NOT USED] 43 3.6 RE -INSTALLATION [NOT USED] 44 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 260533-12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 26 05 43 - 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 1 SECTION 26 05 43 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install a complete underground system of raceways, manholes and 7 hndholes 8 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways 9 and Boxes for Electrical Systems 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 03 30 00 — Cast -in -Place Concrete 16 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 17 5. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. This Item is considered subsidiary to the Electrical Facilities being installed. 22 2. Payment 23 a. The work performed and the materials furnished in accordance with this Item 24 are subsidiary to the electrical facilities specified on the Drawings and shall be 25 subsidiary to the lump sum price bid for Electrical Facilities, and no other 26 compensation will be allowed. 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. American Association of State Highway and Transportation Officials (AASHTO) 33 a. M306 — Standard Specification for Drainage Structure Castings. 34 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 26 05 43 - 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. Plastic duct spacers 6 B. Shop Drawings 7 1. Manholes, handholes and associated hardware 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Manufacturers 13 a. Precast manholes: Manufactured in a NPCA (National Precast Concrete 14 Association) Certified Plant 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Handle and store material in accordance with manufacturer's instructions. 18 2. Store materials completely covered; do not expose materials to sunlight. 19 3. Materials showing signs of previous or jobsite exposure will be rejected. 20 1.11 FIELD [SITE] CONDITIONS 21 1.12 WARRANTY 22 A. No separate warranty for this equipment 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. Manufacturers 27 1. Manufacturer List 28 a. Refer to Section 0160 00. 29 B. Conduit 30 1. PVC Schedule 40 or HDPE 31 2. Refer to Section 26 05 33 32 3. Terminators: Same size and type as the raceway 33 C. Concrete cap for raceways and duct banks 34 1. Refer to Section 03 30 00. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 26 05 43 - 3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 2. Red dye a. 40 pounds per 10 cubic yards of concrete D. Manholes and Handholes 1. Precast concrete 2. Designed for a AASHTO Class H2O load. 3. Sizes shown on Drawings 4. Manhole tops a. Field removable b. Stainless steel lifting eyes 5. Duct bank entries into the manhole or handhole a. Centered on the entering wall b. Contain the number and size of duct terminators to match the corresponding duct bank 6. Concrete sump a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep b. Located in the middle of the floor of the manhole or handhole, or as shown on the Drawings E. Manhole Covers 1. Heavy duty 2. 36 inch diameter 3. Machined gray iron 4. AASHTO M306 CL35B minimum 5. 40,000-pound proof load value (AASHTO Class H2O X 2.5) 6. Including frame 7. `Electric" or "Communication" raised lettering recessed flush on the cover 8. Drop handles F. Castings 1. Made In the USA 2. Cast with the foundry's name and production date (example: mm/dd/yy) 3. True to pattern in form and dimension 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in positions affecting strength and value 5. Angles: Filleted 6. Arises: Sharp and true G. Hardware 1. Cable racks a. Heavy duty b. Non-metallic c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not less than 250 pounds at the outer end d. Molded in 1 piece of U.L. listed glass reinforced nylon e. Secured to the manhole and walls using drilled epoxy anchoring system, with 316 stainless steel bolts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WELLING TON M UL TIFAMIL Y CPN.• 104924 26 05 43 - 4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 1 f. Arms vertically spaced not greater than 24 inches on center 2 2. Pulling irons 3 a. Copolymer polypropylene coated 1/2 inch diameter cable 4 b. Rated pulling strength: 7500 lbs 5 c. Polyethylene pulling iron pocket 6 d. Manholes: Recessed in wall opposite each duct entry 7 e. Handholes: Located near center of handhole floor 8 3. Ladders 9 a. Fiberglass reinforced plastic 10 b. Safety yellow 11 c. 18 inch rung width 12 d. 12 inch rung spacing 13 e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the 14 underground system 15 H. Polyethylene Warning Tape 16 1. Red polyethylene film 17 2. 2 inches minimum width 18 3. Embedded metallic wire for location tracing 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 1. Field verify the routing of all underground duct banks before placement 26 2. Modify the routing to avoid underground utilities or above ground objects 27 3. Provide any alternate routing of the duct banks to the City for approval before 28 installation 29 3.3 TRENCH EXCAVATION 30 A. Provide suitable room for installing manholes, handholes, ducts and appurtenances 31 B. Furnish and place all sheeting, bracing and supports. 32 C. Excavate material of every description and of whatever substance encountered. 33 D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before 34 excavating 35 E. Refer to Section 33 05 10. 36 3.4 INSTALLATION 37 A. Trench Excavation 38 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 26 05 43 - 5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 1 2. Furnish and place all sheeting, bracing and supports. 2 3. Excavate material of every description and of whatever substance encountered in 3 conformance with Section 33 05 10. 4 4. Pavement 5 a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 6 5. Trenching and Compaction shall be in accordance with Section 33 05 10. 7 B. Special Techniques 8 1. Changes of direction 9 a. Less than 20 degrees 10 1) Use hotbox, strictly in conformance with the conduit manufacturer's 11 instructions 12 b. Greater than 20 degrees 13 1) Use long radius bends 14 2. Minimum raceway size between manholes or handholes shall be 2 inches 15 C. Slopes 16 1. Install raceways to drain away from buildings. 17 2. Install raceways between manholes or handholes to drain toward the manholes or 18 handholes. 19 3. Slopes 20 a. At least 3 inches per 100 feet 21 D. Lay raceway lines in trenches on sand bedding. 22 E. Plastic spacers 23 1. Not more than 4 feet apart 24 2. Provide not less than 2 inch clearance between raceways. 25 F. Raceway banks cover: 24 inches 26 G. Raceway terminations at manholes: Terminator for PVC conduit 27 H. Blank duct plugs 28 1. Use to seal the ends of all unused ducts in the duct system 29 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the 30 underground system 31 I. Raceways entering or exiting the underground system, rising to higher elevation 32 1. Seal at higher elevation before and after the installation of cables 33 2. No entry of water or moisture to the Underground System at any time 34 J. Complete duct system before pulling any wire. 35 K. Swab all raceways clean before installing cable. 36 L. Cables in manholes and handholes 37 1. Train, support and restrain on cable racks. 38 2. Route cables passing duct entrances above all duct entrances. 39 3. Do not route cable in front of or below duct bank entrances. 40 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 26 05 43 - 6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 1 M. Tag all underground conduits at all locations exiting and entering from underground, 2 including manholes and handholes 3 3.5 REPAIR / RESTORATION 4 A. Remove and replace sub grade soils which become soft, loose or otherwise 5 unsatisfactory as a result of inadequate excavation, dewatering or other trenching 6 methods, using gravel fill. 7 B. Existing pavement 8 1. Saw cut and repair existing pavements above new and modified existing duct 9 banks. 10 2. Cut along straight lines. 11 3. Replace pavement with the same type and quality of the existing paving. 12 C. Grassy areas 13 1. Remove and replace sod, or 14 2. Loam and reseed surface 15 3.6 RE -INSTALLATION 16 A. Backfilling 17 1. Remove materials unsuitable for backfilling. 18 2. Trench fill 19 a. Common fill material 20 b. Void of rock or other non -porous material 21 c. Layers not to exceed 8-inches in loose measure 22 d. Compact to 90 percent standard Proctor density at optimum moisture content of 23 f 4 percent 24 e. Mounded 6-inches above existing grade 25 3. Existing grass, loam or gravel surface 26 a. Remove surface material 27 b. Conserve 28 c. Replace to the full original depth 29 4. Paved areas or designated future paved areas 30 a. Backfill with select fill material 31 b. Layers not to exceed 8-inches loose measure 32 c. Compact to 95 percent standard Proctor density at optimum moisture content of 33 f 3 percent 34 5. Compaction 35 a. Hand or pneumatic tamping with tools weighing at least 20 pounds 36 b. Place material being spread and compacted in layers not over 8-in loose thick. 37 c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required 38 compaction 39 6. Do not place bituminous paving in backfill. 40 7. Do not use water jetting as a means of consolidating or compacting backfill. 41 8. Road surfaces 42 a. Broom and hose -clean immediately after backfilling 43 b. Employ dust control measures at all times. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 26 05 43 - 7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 1 3.7 CLEANING 2 A. Remove all rubbish and debris from inside and around the underground system. 3 B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, 4 hndholes and structures, using brushes, vacuum cleaner or clean, lint free rags. 5 C. Do not use compressed air. 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 31 10 00 - 1 SITE CLEARING Page 1 of 6 1 SECTION 3110 00 2 SITE CLEARING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 02 41 13 — Selective Site Demolition 16 4. Section 02 41 14 — Utility Removal/Abandonment 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Site Clearing 20 a. Measurement 21 1) Measurement for this Item shall be by lump sum, square yard, or per acre. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the lump sum, square yard, or per acre price bid for 25 "Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of structures and obstructions (unless separate bid 29 item is provided under 02 41 13 "Selective Site Demolition or 02 41 14 30 "Utility Removal/Abandonment"). 31 3) Removal and disposal of trees under 6-inch in diameter when bidding by 32 lump sum or square yard 33 4) Removal of ALL trees when bidding by acre. 34 5) Backfilling of holes 35 6) Clean-up 36 2. Tree Removal (for trees 6-inch or larger in diameter when Site Clearing is bid by 37 lump sum or square yard) 38 a. Measurement 39 1) Measurement for this Item shall be per each. 40 2) Measurement of diameter for tree removal shall be at standard "Diameter at 41 Breast Height" or DBH, where Breast Height shall be 54" above grade. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 22, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 311000-2 SITE CLEARING Page 2 of 6 3) b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Removal" for: a) Various diameter ranges c. The price bid shall include: 1) Removal and disposal of tree, including removal of root to a depth at least 2 foot below grade 2) Grading and backfilling of holes 3) Excavation 4) Clean-up 3. Tree Removal and Transplantation a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for: a) Various diameter ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Moving tree with truck mounted tree spade 3) Grading and backfilling of holes 4) Replanting tree at temporary location (determined by Contractor) 5) Maintaining tree until Work is completed 6) Replanting tree into original or designated location 7) Excavation 8) Fertilization 9) Mulching 10) Watering 11) Clean-up 12) Warranty period 4. Tree Protection a. Measurement 1) Measurement for this Item shall be per each as designated on Construction Drawings for protection b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Protection" for: a) Various caliper ranges c. The price bid shall include: 1) Protection of tree utilizing measures designated on Construction Drawings 2) Installation of work of barriers as designated on Construction Drawings 3) Maintenance of protection measures throughout construction completed 4) Replanting tree into original or designated location 5) Excavation 6) Fertilization 7) Mulching 8) Clean-up including removal on constriction completion of protection measures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 WELLINGTON MULTIFAMILY CPN.• 104924 311000-3 SITE CLEARING Page 3 of 6 1 5. 2 1.3 REFERENCES [NOT USED] 3 1.4 ADMINSTRATIVE REQUIREMENTS 4 A. Permits 5 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 6 required by the City's Tree Ordinance. PARD-Forestry details can be found here: 7 Forestry — Welcome to the City of Fort Worth (fortworthtexas.aov). Urban Forestry 8 Compliance's ordinance and requirements are within Zoning and can be found here: 9 Zoning — Welcome to the City of Fort Worth (fortworthtexas.sov). 10 B. Preinstallation Meetings 11 1. Hold a preliminary site clearing meeting and include the Contractor, City Forester 12 (if City owned tree) or representative of Urban Forestry if privately owned trees), 13 City Inspector, and the Project Manager for the purpose of reviewing the 14 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 15 prior to the meeting. 16 2. The Contractor will provide the City with a Disposal Letter in accordance to 17 Division 01. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION 31 A. All trees identified to be protected and/or preserved should be clearly flagged with 32 survey tape as per Construction Drawings. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 22, 2021 311000-4 SITE CLEARING Page 4 of 6 1 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 2 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 3 saved. 4 3.4 INSTALLATION 5 A. Protection of Trees 6 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 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 '/2 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. For city -owned trees, PARD-Forestry permission required to install protective fencing inside of canopy dripline (Critical Root Zone). 5. Additional trunk protection (cladding) is required when protective fencing is approved within the Critical Root Zone. 6. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 7. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 30 minutes of making a pruning cut or otherwise causing damage to the tree. 8. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing 1. Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 WELLINGTON MULTIFAMILY CPN.• 104924 311000-5 SITE CLEARING Page 5 of 6 1 g. Plaster 2 h. Septic tank drain fields 3 i. Abandoned utility pipes or conduits 4 j . Equipment 5 k. Trees 6 1. Fences 7 m. Retaining walls 8 n. Other items as specified on the Drawings 9 2. Remove vegetation and other landscape features not designated for preservation, 10 whether above or below ground, including, but not limited to: 11 a. Curb and gutter 12 b. Driveways 13 c. Paved parking areas 14 d. Miscellaneous stone 15 e. Sidewalks 16 f. Drainage structures 17 g. Manholes 18 h. Inlets 19 i. Abandoned railroad tracks 20 j. Scrap iron 21 k. Other debris 22 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 23 maintain traffic and drainage in accordance with Section 02 41 14. 24 4. In areas receiving embankment, remove obstructions not designated for 25 preservation to 2 feet below natural ground. 26 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 27 6. In all other areas, remove obstructions to 1 foot below natural ground. 28 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 29 off to ground level. 30 a. Removal of existing structures shall be as per Section 02 41 13. 31 D. Disposal 32 1. Dispose of all trees within 24 hours of removal at an approved off -site facility. 33 2. All materials and debris removed becomes the property of the Contractor, unless 34 otherwise stated on the Drawings. 35 3. The Contractor will dispose of material and debris off -site in accordance with local, 36 state, and federal laws and regulations. 37 3.5 REPAIR [NOT USED] 38 3.6 RE -INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL [NOT USED] 40 3.8 SYSTEM STARTUP [NOT USED] 41 3.9 ADJUSTING [NOT USED] 42 3.10 CLEANING [NOT USED] 43 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 22, 2021 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 5 6 311000-6 SITE CLEARING Page 6 of 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson IAA Permits: Removed ordinance number and added City's website address 3/22/2021 M Owen 1.2 Clarified measurement and payment. 1.4. Clarified administrative requirements. 3.4 Clarified additional installation requirements for tree protection and disposal. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 22, 2021 312400-1 EMBANKMENTS Page 1 of 9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of- 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on -site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 3. Section 3123 16 — Unclassified Excavation 19 4. Section 3123 23 — Borrow 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Embankments by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position, this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per cubic yard of "Embankment by Plan". No additional 36 compensation will be allowed for rock or shrinkage/swell factors, as these 37 are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Transporting or hauling material 40 2) Placing, compacting, and finishing Embankment 41 3) Construction Water 42 4) Dust Control CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 28, 2013 312400-2 EMBANKMENTS Page 2 of 9 1 5) Clean-up 2 6) Proof Rolling 3 7) Disposal of excess materials 4 8) Reworking or replacement of undercut material 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this specification refer to the current reference standard 8 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 Standards 11 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 12 and Plasticity Index of Soils 13 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 14 Wax Method 15 c. ASTM D698-07e1, Standard Test Methods for Laboratory Compaction 16 Characteristics of Soil Using Standard Effort 17 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 18 Characteristics of Soil Using Modified Effort 19 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 20 Weight and Water Content Range for Effective Compaction of Granular Soils 21 Using a Vibrating Hammer 22 £ ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In -Place 23 by the Sand Cone Method 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Sequencing 26 1. Sequence work such that calls of proctors are complete in accordance with ASTM 27 D698 prior to commencement of construction activities. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to construction 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Shop Drawings 33 1. Stockpiled material 34 a. Provide a description of the storage of the excavated material only if the 35 Contract Documents do not allow storage of materials in the right-of-way or the 36 easement CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 28, 2013 312400-3 EMBANKMENTS Page 3 of 9 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. Storage 6 1. Within Existing Rights -of -Way (ROW) 7 a. Soil may be stored within existing ROW, easements or temporary construction 8 easements, unless specifically disallowed in the Contract Documents. 9 b. Do not block drainage ways, inlets or driveways. 10 c. Provide erosion control in accordance with Section 3125 00. 11 d. When the Work is performed in active traffic areas, store materials only in 12 areas barricaded as provided in the traffic control plans. 13 e. In non -paved areas, do not store material on the root zone of any trees or in 14 landscaped areas. 15 2. Designated Storage Areas 16 a. If the Contract Documents do not allow the storage within the ROW, easement 17 or temporary construction easement, then secure and maintain an adequate 18 storage location. 19 b. Provide an affidavit that rights have been secured to store the materials on 20 private property. 21 c. Provide erosion control in accordance with Section 3125 00. 22 d. Do not block drainage ways. 23 1.11 FIELD CONDITIONS 24 A. Existing Conditions 25 1. Any data which has been or may be provided on subsurface conditions is not 26 intended as a representation or warranty of accuracy or continuity between soils. It 27 is expressly understood that neither the City nor the Engineer will be responsible 28 for interpretations or conclusions drawn there from by the Contractor. 29 2. Data is made available for the convenience of the Contractor. 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER -FURNISHED [NOT USED] 33 2.2 PRODUCT TYPES AND MATERIALS 34 A. Materials 35 1. Acceptable Fill Material 36 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 37 ASTM D2487 38 b. Free from deleterious materials, boulders over 6 inches in size and organics 39 c. Can be placed free from voids 40 d. Must have 20 percent passing the number 200 sieve CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 28, 2013 312400-4 EMBANKMENTS Page 4 of 9 1 2. Blended Fill Material 2 a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 3 ASTM D2487 4 b. Blended with in -situ or imported acceptable backfill material to meet the 5 requirements of an Acceptable Backfill Material 6 c. Free from deleterious materials, boulders over 6 inches in size and organics 7 d. Must have 20 percent passing the number 200 sieve 8 3. Unacceptable Fill Material 9 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 10 D2487 11 4. Select Fill 12 a. Classified as SC or CL in accordance with ASTM D2487 13 b. Liquid limit less than 35 14 c. Plasticity index between 8 and 20 15 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 16 2.4 ACCESSORIES [NOT USED] 17 2.5 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION 22 A. Protection of In -Place Conditions 23 1. Pavement 24 a. Conduct activities in such a way that does not damage existing pavement that is 25 designated to remain. 26 b. Repair or replace any pavement damaged due to the negligence of the 27 contractor outside the limits designated for pavement removal at no additional 28 cost 29 2. Trees 30 a. When operating outside of existing ROW, stake permanent and temporary 31 construction easements. 32 b. Restrict all construction activities to the designated easements and ROW. 33 c. Flag and protect all trees designated to remain in accordance with Section 31 10 34 00. 35 d. Conduct embankments in a manner such that there is no damage to the tree 36 canopy. 37 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 38 specifically allowed by the City. 39 1) Pruning or trimming may only be accomplished with equipment 40 specifically designed for tree pruning or trimming. 41 3. Above ground Structures 42 a. Protect all above ground structures adjacent to the construction. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 28, 2013 312400-5 EMBANKMENTS Page 5 of 9 1 4. Traffic 2 a. Maintain existing traffic, except as modified by the traffic control plan, and in 3 accordance with Section 34 71 13. 4 b. Do not block access to driveways or alleys for extended periods of time unless: 5 1) Alternative access has been provided 6 2) Proper notification has been provided to the property owner or resident 7 3) It is specifically allowed in the traffic control plan 8 3.4 INSTALLATION 9 A. Embankments General 10 1. Placing and Compacting Embankment Material 11 a. Perform fill operation in an orderly and systematic manner using equipment in 12 proper sequence to meet the compaction requirements 13 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 14 6 inches, unless otherwise shown on the Drawings 15 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 16 deleterious materials 17 d. Bench slopes before placing material. 18 e. Begin filling in the lowest section or the toe of the work area 19 f. When fill is placed directly or upon older fill, remove debris and any loose 20 material and proof roll existing surface. 21 g. After spreading the loose lifts to the required thickness and adjusting its 22 moisture content as necessary, simultaneously recompact scarified material 23 with the placed embankment material. 24 h. Roll with sufficient number passes to achieve the minimum required 25 compaction. 26 i. Provide water sprinkled as necessary to achieve required moisture levels for 27 specified compaction 28 j. Do not add additional lifts until the entire previous lift is properly compacted. 29 2. Surface Water Control 30 a. Grade surface horizontally but provide with sufficient longitudinal and 31 transverse slope to allow for runoff of surface water from every point. 32 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 33 created. 34 c. Install temporary dewatering sumps in low areas during filling where excess 35 amounts of runoff collect. 36 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 37 free from humps and hollows that would prevent proper uniform compaction. 38 e. Do not place fill during or shortly after rain events which prevent proper work 39 placement of the material and compaction 40 f. Prior to resuming compaction operations, remove muddy material off the 41 surface to expose firm and compacted materials 42 B. Embankments for Roads 43 1. Only Acceptable Fill Material will be allowed for roadways 44 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 45 the finished grade of the street 46 3. Construct generally to conform to the cross section of the subgrade section as 47 shown in the Drawings. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 28, 2013 312400-6 EMBANKMENTS Page 6 of 9 1 4. Establish grade and shape to the typical sections shown on the Drawings 2 5. Maintain finished sections of embankment to the grade and compaction 3 requirements until the project is accepted. 4 C. Earth Embankments 5 1. Earth embankment is mainly composed of material other than rock. Construct 6 embankments in successive layers, evenly distributing materials in lengths suited 7 for sprinkling and rolling. 8 2. Rock or Concrete 9 a. Obtain approval from the City prior to incorporating rock and broken concrete 10 produced by the construction project in the lower layers of the embankment. 11 b. No Rock or Concrete will be permitted in embankments in any location where 12 future utilities are anticipated. 13 c. When the size of approved rock or broken concrete exceeds the layer thickness 14 place the rock and concrete outside the limits of the proposed structure or 15 pavement. Cut and remove all exposed reinforcing steel from the broken 16 concrete. 17 3. Move the material dumped in piles or windrows by blading or by similar methods 18 and incorporate it into uniform layers. 19 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 20 ensure there are no abrupt changes in the material. 21 5. Break down clods or lumps of material and mix embankment until a uniform 22 material is attained. 23 D. Rock Embankments 24 1. Rock embankment is mainly composed of rock. 25 2. Rock Embankments for roadways are only allowed when specifically designated on 26 the Drawings. 27 3. Construct rock embankments in successive layers for the full width of the roadway 28 cross-section with a depth of 18-inches or less. 29 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 30 case. Fill voids created by the large stone matrix with smaller stones during the 31 placement and filling operations. 32 5. Ensure the depth of the embankment layer is greater than the maximum dimension 33 of any rock. 34 6. Do not place rock greater than 18-inches in its maximum dimension. 35 7. Construct the final layer with graded material so that the density and uniformity is 36 in accordance compaction requirements. 37 8. The upper or final layer of rock embankments shall contain no material larger than 38 4 inches in their maximum dimension. 39 E. Density 40 1. Compact each layer until the maximum dry density as determined by ASTM D698 41 is achieved. 42 a. Not Under Roadway or Structure: 43 1) areas to be compacted in the open, not beneath any structure, pavement, 44 flatwork, or is a minimum of 1 foot outside of the edge of any structure, 45 edge of pavement, or back of curb. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 28, 2013 312400-7 EMBANKMENTS Page 7 of 9 1 a) Compact each layer to a minimum of 90 percent Standard Proctor 2 Density. 3 b. Embankments under future paving: 4 1) Compact each layer to a minimum of 95 percent standard proctor density 5 with a moisture content not to exceed +4 percent or -2 percent of optimum 6 moisture or as indicated on the Drawings 7 c. Embankments under structures: 8 1) Compacted each layer as indicated on the Drawings 9 F. Maintenance of Moisture and Reworking 10 1. Maintain the density and moisture content once all requirements are met. 11 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 12 percentage points below optimum. 13 3. Rework the material to obtain the specified compaction when the material loses the 14 required stability, density, moisture, or finish. 15 4. Alter the compaction methods and procedures on subsequent work to obtain 16 specified density as directed by the City. 17 3.5 REPAIR [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD QUAILITY CONTROL 20 A. Field Tests and Inspections 21 1. Proctors 22 a. The City will perform Proctors in accordance with ASTM D698. 23 b. Test results will generally be available to within 4 calendar days and distributed 24 to: 25 1) Contractor 26 2) City Project Manager 27 3) City Inspector 28 4) Engineer 29 c. Notify the City if the characteristic of the soil changes. 30 d. City will perform new proctors for varying soils: 31 1) When indicated in the geotechnical investigation in the Appendix 32 2) If notified by the Contractor 33 3) At the convenience of the City 34 e. Embankments where different soil types are present and are blended, the 35 proctors shall be based on the mixture of those soils. 36 2. Proof Rolling 37 a. Embankments under Future Pavement 38 1) City Project Representative must be on -site during proof rolling operations. 39 2) Use equipment that will apply sufficient load to identify soft spots that rut 40 or pump. 41 a) Acceptable equipment includes fully loaded single -axle water truck 42 with a 1500 gallon capacity. 43 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 44 4) Offset each trip by at most 1 tire width. 45 5) If an unstable or non -uniform area is found, correct the area. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 28, 2013 312400-8 EMBANKMENTS Page 8 of 9 1 6) Correct 2 a) Soft spots that rut or pump greater than 3/4 inch. 3 b) Areas that are unstable or non -uniform 4 7) If a non -uniform area is found then correct the area. 5 b. Embankments Not Under Future Paving 6 1) No Proof Rolling is required. 7 3. Density Testing of Embankments 8 a. Density Test shall be in conformance with ASTM D2922. 9 b. For Embankments under future pavement: 10 1) The City will perform density testing twice per working day when 11 compaction operations are being conducted. 12 2) The testing lab shall take a minimum of 3 density tests, but the number of 13 test shall be appropriate for the area being compacted. 14 3) Testing shall be representative of the current lift being compacted. 15 4) Special attention should be placed on edge conditions. 16 c. For Embankments not under future pavement or structures: 17 1) The City will perform density testing once working day when compaction 18 operations are being conducted. 19 2) The testing lab shall take a minimum of 3 density tests. 20 3) Testing shall be representative of the current lift being compacted. 21 d. Make the area where the embankment is being placed available for testing. 22 e. The City will determine the location of the test. 23 f. The City testing lab will provide results to Contractor and the City's Inspector 24 upon completion of the testing. 25 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 26 h. Test reports shall include: 27 1) Location of test by station number 28 2) Time and date of test 29 3) Depth of testing 30 4) Field moisture 31 5) Dry density 32 6) Proctor identifier 33 7) Percent Proctor Density 34 B. Non -Conforming Work 35 1. All non -conforming work shall be removed and replaced. 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING [NOT USED] 38 3.10 CLEANING [NOT USED] 39 3.11 CLOSEOUT ACTIVITIES [NOT USED] 40 3.12 PROTECTION [NOT USED] 41 3.13 MAINTENANCE [NOT USED] 42 3.14 ATTACHMENTS [NOT USED] 43 END OF SECTION CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 28, 2013 312400-9 EMBANKMENTS Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 28, 2013 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance, removal of erosion and sediment controls devices, 8 and establishment of final stabilization. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Storm Water Pollution Prevention Plan <1 acre 17 a. Measurement 18 1) This Item is considered subsidiary to the various Items bid. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to the structure or Items being bid and no other 22 compensation will be allowed. 23 2. Storm Water Pollution Prevention Plan > 1 acre 24 a. Measurement for this Item shall be by lump sum. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". 28 c. The price bid shall include: 29 1) Preparation of SWPPP 30 2) Implementation 31 3) Permitting fees 32 4) Installation 33 5) Maintenance 34 6) Removal 35 7) Obtaining and/or complying with grading and/or fill permits, if required 36 8) Final stabilization 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 29, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 2. ASTM Standard: a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics —Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) F. Grading and/or fill permit, if required 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 PRODUCT TYPES AND MATERIALS 35 A. Rock Filter Dams 36 1. Aggregate CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 2 crumbling, flaking and eroding acceptable to the Engineer. 3 b. Provide the following: 4 1) Types 1, 2 and 4 Rock Filter Dams 5 a) Use 3 to 6 inch aggregate. 6 2) Type 3 Rock Filter Dams 7 a) Use 4 to 8 inch aggregate. 8 2. Wire 9 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 10 wires for Types 2 and 3 rock filter dams 11 b. Type 4 dams require: 12 1) Double -twisted, hexagonal weave with a nominal mesh opening of 21/2 13 inches x 3 1/4 inches 14 2) Minimum 0.0866 inch steel wire for netting 15 3) Minimum 0.1063 inch steel wire for selvages and corners 16 4) Minimum 0.0866 inch for binding or tie wire 17 B. Geotextile Fabric 18 1. Place the aggregate over geotextile fabric meeting the following criteria: 19 a. Tensile Strength of 250 pounds, per ASTM D4632 20 b. Puncture Strength of 135 pounds, per ASTM D4833 21 c. Mullen Burst Rate of 420 psi, per ASTM D3786 22 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 23 C. Stabilized Construction Entrances 24 1. Provide materials that meet the details shown on the Drawings and this Section. 25 a. Provide crushed aggregate for long and short-term construction exits. 26 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 27 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 28 and injurious matter. 29 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 30 d. The aggregate shall be placed over a geotextile fabric meeting the following 31 criteria: 32 1) Tensile Strength of 300 pounds, per ASTM D4632 33 2) Puncture Strength of 120 pounds, per ASTM D4833 34 3) Mullen Burst Rate of 600 psi, per ASTM D3786 35 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 36 D. Embankment for Erosion Control 37 1. Provide rock, loam, clay, topsoil or other earth materials that will forma stable 38 embankment to meet the intended use. 39 E. Sandbags 40 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 41 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 42 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 43 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 44 1 to fill sandbags. 45 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 46 inches thick. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 29, 2021 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Table 1 2 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent 3 F. Temporary Sediment Control Fence 4 1. Provide a net -reinforced fence using woven geo-textile fabric. 5 2. Logos visible to the traveling public will not be allowed. 6 a. Fabric 7 1) Provide fabric materials in accordance with DMS-6230, "Temporary 8 Sediment Control Fence Fabric." 9 b. Posts 10 1) Provide essentially straight wood or steel posts with a minimum length of 11 48 inches, unless otherwise shown on the Drawings. 12 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 13 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 14 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 15 foot. 16 c. Net Reinforcement 17 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 18 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 19 unless otherwise shown on the Drawings. 20 d. Staples 21 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Storm Water Pollution Prevention Plan 30 1. Develop and implement the project's Storm Water Pollution Prevention Plan 31 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 32 requirements. Prevent water pollution from storm water runoff by using and 33 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 34 discharges to the MS4 from the construction site. 35 B. Control Measures CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 29, 2021 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 1. Implement control measures in the area to be disturbed before beginning 2 construction, or as directed. Limit the disturbance to the area shown on the 3 Drawings or as directed. 4 2. Control site waste such as discarded building materials, concrete truck washout 5 water, chemicals, litter and sanitary waste at the construction site. 6 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 7 sedimentation resulting from construction operations, the Engineer will limit the 8 disturbed area to that which the Contractor is able to control. 9 4. Immediately correct ineffective control measures. Implement additional controls as 10 directed. Remove excavated material within the time requirements specified in the 11 applicable storm water permit. 12 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 13 temporary control measures, temporary embankments, bridges, matting, falsework, 14 piling, debris, or other obstructions placed during construction that are not a part of 15 the finished work, or as directed. 16 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 17 streambed. 18 D. Do not install temporary construction crossings in or across any water body without the 19 prior approval of the appropriate resource agency and the Engineer. 20 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 21 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 22 provide shelter for stored chemicals. 23 F. Installation and Maintenance 24 1. Perform work in accordance with the TPDES Construction General Permit 25 TXR150000. 26 2. When approved, sediments may be disposed of within embankments, or in areas 27 where the material will not contribute to further siltation and when appropriate 28 stabilization is provided. 29 3. Dispose of removed material in accordance with federal, state, and local 30 regulations. 31 4. Remove devices upon approval or when directed. 32 a. Upon removal, finish -grade and dress the area. 33 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 34 Drawings or directed. 35 5. The Contractor retains ownership of stockpiled material and must remove it from 36 the project when new installations or replacements are no longer required. 37 G. Rock Filter Dams for Erosion Control 38 1. Remove trees, brush, stumps and other objectionable material that may interfere 39 with the construction of rock filter dams. 40 2. Place sandbags as a foundation when required or at the Contractor's option. 41 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 42 specified, without undue voids. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 29, 2021 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 2 upstream side over the aggregate and secure it to itself on the downstream side with 3 wire ties, or hog rings, or as directed. 4 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 5 otherwise directed. 6 6. Construct filter dams according to the following criteria, unless otherwise shown on 7 the Drawings: 8 a. Type 1 (Non -reinforced) 9 1) Height - At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width - At least 2 feet 12 3) Slopes - At most 2:1 13 b. Type 2 (Reinforced) 14 1) Height - At least 18 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 c. Type 3 (Reinforced) 19 1) Height - At least 36 inches measured vertically from existing ground to top 20 of filter dam 21 2) Top Width - At least 2 feet 22 3) Slopes - At most 2:1 23 d. Type 4 (Sack Gabions) 24 1) Unfold sack gabions and smooth out kinks and bends. 25 2) For vertical filling, connect the sides by lacing in a single loop —double loop 26 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 27 tight, wrap around the end, and twist 4 times. At the filling end, fill with 28 stone, pull the rod tight, cut the wire with approximately 6 inches 29 remaining, and twist wires 4 times. 30 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 31 connect sides and secure ends as described above. 32 4) Lift and place without damaging the gabion. 33 5) Shape sack gabions to existing contours. 34 e. Type 5 35 1) Provide rock filter dams as shown on the Drawings. 36 H. Construction Entrances 37 1. When tracking conditions exist, prevent traffic from crossing or exiting the 38 construction site or moving directly onto a public roadway, alley, sidewalk, parking 39 area, or other right of way areas other than at the location of construction entrances. 40 2. Place the exit over a foundation course, if necessary. 41 a. Grade the foundation course or compacted subgrade to direct runoff from the 42 construction exits to a sediment trap as shown on the Drawings or as directed. 43 3. At drive approaches, make sure the construction entrance is the full width of the 44 drive and meets the length shown on the Drawings. 45 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all 46 other points of ingress or egress or as directed by the Engineer. 47 I. Earthwork for Erosion Control CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 29, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 2) Remove sediment from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment -Control Fence 1. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed by the Engineer or City representative. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand -tamp. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 W LLINGTONMULTIFAMILY CPN.• 104924 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 c. Fabric and Net Reinforcement Attachment 2 1) Unless otherwise shown under the Drawings, attach the reinforcement to 3 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 4 equally spaced. 5 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 6 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 7 every 15 inches or less. 8 d. Fabric and Net Splices 9 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 10 least 6 places equally spaced, unless otherwise shown under the Drawings. 11 a) Do not locate splices in concentrated flow areas. 12 2) Requirements for installation of used temporary sediment -control fence 13 include the following: 14 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 15 b) Fabric without excessive patching (more than 1 patch every 15 to 20 16 feet) 17 c) Posts without bends 18 d) Backing without holes 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 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 25 A. Waste Management 26 1. Remove sediment, debris and litter as needed. 27 3.11 CLOSEOUT ACTIVITIES 28 A. Erosion control measures remain in place and are maintained until all soil disturbing 29 activities at the project site have been completed. 30 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 31 on areas not covered by permanent structures, or in areas where permanent erosion 32 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 33 C. Once vegetative cover is achieved, the contractor shall remove all temporary control 34 measures, before final project acceptance. It is the contractor's responsibility to remove 35 all temporary control measures, unless transfer of maintenance and subsequent removal 36 is transferred to another entity in writing. 37 D. Upon achievement of final stabilization, submit NOT to TCEQ, and provide a copy of 38 the NOT to the City of Fort Worth"s Environmental Quality Division, if required. 39 E. Complete and submit a Final Grading Certificate to Development Services, if required. CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 29, 2021 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE 3 A. Install and maintain the integrity of temporary erosion and sedimentation control 4 devices to accumulate silt and debris until earthwork construction and permanent 5 erosion control features are in place or the disturbed area has been adequately stabilized 6 as determined by the Engineer. 7 B. If a device ceases to function as intended, repair or replace the device or portions 8 thereof as necessary. 9 C. Perform inspections of the construction site as prescribed in the Construction General 10 Permit TXR150000. 11 D. Records of inspections and modifications based on the results of inspections must be 12 maintained and available in accordance with the permit. 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 Revision Log DATE NAME SUMMARY OF CHANGE 1.1 A. 1. Revised language re: what section includes, 1.2 A. 2. c. Clarified items included in price, 1.5 Added items to list of submittals, 2.2Revised language under April 29, 2021 M Owen product types/materials, 3.4 Revised language under "Installation", and 3.11 C. Added language to clarify responsibility to remove temporary protection device and emphasize clearing of ROW CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 29, 2021 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 31 37 00 RIPRAP 31 37 00 - 1 RIPRAP Page 1 of 10 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. 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 03 30 00 — Cast -In -Place Concrete 13 4. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by the face square yard to the depth 18 specified of material complete in place. Volume will be computed on the basis 19 of the measured area and type, verified by field measurements. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item and 22 measured as provided under "Measurement" will be paid for at the unit price 23 bid per square yard of "Riprap" installed for: 24 1) Various types 25 2) Various thicknesses 26 3) Various void -filling techniques 27 3. The price bid shall include: 28 a. Furnishing, hauling, and placing riprap 29 b. Filter fabric 30 c. Expansion joint material 31 d. Concrete and reinforcing steel 32 e. Excavation of toe wall trenches, as applicable 33 f. Excavation below natural ground or bottom of excavated channel, as applicable 34 g. Shaping of slopes, as applicable 35 h. Bedding 36 i. Grout and mortar 37 j. Scales 38 k. Test weights 39 1. Clean-up 40 1.3 REFERENCES 41 A. Reference Standards CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 31 37 00 - 2 RIPRAP Page 2 of 10 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM Standards 5 a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 6 Aggregates 7 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 8 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 9 Vacuum Saturation and Rapid Submersion 10 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate 11 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 12 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 13 Elongation of Geotextiles 14 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 15 Geotextiles 16 f. ASTM D751-06, Standard Test Methods for Coated Fabrics 17 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 18 Size of a Geotextile 19 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 20 Geotextiles by Permittivity 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [NOT USED] 32 2.2 PRODUCT TYPES AND MATERIALS 33 A. Concrete Riprap 34 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 35 Section 03 30 00, unless otherwise shown on the Drawings. 36 B. Stone Riprap 37 1. Unless otherwise shown on the Drawings, use durable natural stone with a 38 minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss 39 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 40 cycles of sodium sulfate solution. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 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 313700-3 RIPRAP Page 3 of 10 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 3125 00. For slab riprap, provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Riprap Gradation Requirements Thickness Maximum Size 90 percent Size' 50& Size' 8 percent Size, (lb.) (lb.) (lb.) Minimum (lb.) 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 1 2 Table 2 Bedding Stone Gradation Sieve Size (Square Mesh) 3 inches 1-1/2 inches 3/4 inches No. 4 No. 10 Percent by Weight Passing 100 50-80 20-60 0-15 0-5 3 C. Special Riprap 4 1. Furnish materials for special riprap according to the Drawings. 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 6 2.4 ACCESSORIES [NOT USED] 7 2.5 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 31 37 00 - 4 RIPRAP Page 4 of 10 A. Dress slopes and protected areas to the line and grade shown on the Drawings before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B. Concrete Riprap 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings. 4. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. 5. Immediately after the finishing operation, cure the riprap according to Section 03 3000. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN.• 104924 313700-5 RIPRAP Page 5 of 10 1 C. Stone Riprap 2 1. Provide the following types of stone riprap when shown on the Drawings. 3 a. Dry Riprap 4 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. 5 b. Grouted Riprap 6 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids 7 grouted after all the stones are in place. 8 c. Mortared Riprap 9 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is 10 placed. 11 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in 12 stone riprap, and place to a tight fit. 13 3. Do not place mortar or grout when the air temperature is below 35 degrees 14 Fahrenheit. 15 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise 16 approved, place filter fabric with the length running up and down the slope. Ensure 17 fabric has a minimum overlap of 2 feet. 18 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- 19 shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 20 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing 21 may be used when approved. 22 6. Large 23 a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place 24 stones in a single layer with close joints so that most of their weight is carried 25 by the earth and not by the adjacent stones. 26 b. Place the upright axis of the stones at an angle of approximately 90 degrees to 27 the embankment slope. 28 c. Place each course from the bottom of the embankment upward with the larger 29 stones in the lower courses. 30 d. Fill open joints between stones with spalls. 31 e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch 32 variation between the tops of adjacent stones. Replace, embed deeper, or chip 33 away stones that project more than the allowable amount above the finished 34 surface. 35 f. When the Drawings require Large stone riprap to be grouted, prevent earth, 36 sand, or foreign material from filling the spaces between the stones. After the 37 stones are in place, thoroughly wet the stones, fill the spaces between the stones 38 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 39 grouting. 40 7. Medium 41 a. Dry Placement 42 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared 43 horizontal earth bed, and overlap the underlying course to secure a lapped 44 surface. 45 2) Place the large stones first, roughly arranged in close contact. Fill the 46 spaces between the large stones with suitably sized stones placed to leave 47 the surface evenly stepped and conforming to the contour required. 48 3) Place stone to drain water down the face of the slope. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 313700-6 RIPRAP Page 6 of 10 1 b. Grouting 2 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- 3 surfaced stones to produce an even surface with minimal voids. 4 2) Place stones with the flat surface facing upward parallel to the slope. Place 5 the largest stones near the base of the slope. 6 3) Fill spaces between the larger stones with stones of suitable size, leaving 7 the surface smooth, tight, and conforming to the contour required. 8 4) Place the stones to create a plane surface with a maximum variation of 6 9 inches in 10 feet from true plane. Provide the same degree of accuracy for 10 warped and curved surfaces. 11 5) Prevent earth, sand or foreign material from filling the spaces between the 12 stones. After the stones are in place, thoroughly wet them, fill the spaces 13 between them with grout, and pack. Sweep the surface with a stiff broom 14 after grouting. 15 c. Mortaring 16 1) Construct riprap as shown in Figure 2. Lap courses as described for dry 17 placement. Before placing mortar, wet the stones thoroughly. 18 2) As the larger stones are placed, bed them in fresh mortar and shove 19 adjacent stones into contact with one another. 20 3) After completing the work, spread all excess mortar forced out during 21 placement of the stones uniformly over them to fill all voids completely. 22 Point up all joints roughly either with flush joints or with shallow, smooth- 23 raked joints as directed. 24 D. Block 25 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 26 course. Bed the base course of stone well into the ground with the edges in contact. 27 Bed and place each succeeding course in even contact with the preceding course. 28 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure 29 the finished surface presents an even, tight surface, true to the line and grades of the 30 typical sections. 31 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 32 foreign material from filling the spaces between the stones. After the stones are in 33 place, wet them thoroughly, fill the spaces between them with grout, and pack. 34 Sweep the surface with a stiff broom after grouting. 35 E. Slab 36 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 37 limits shown on the Drawings. Place stone for riprap on the bedding material to 38 produce a reasonably well -graded mass of riprap with the minimum practicable 39 percentage of voids. 40 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 41 field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on 42 the Drawings is allowed in the finished surface of the riprap. 43 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 44 material. Ensure that the entire mass of stones in their final position is free from 45 objectionable pockets of small stones and clusters of larger stones. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 313700-7 RIPRAP Page 7 of 10 1 4. Do not place riprap in layers, and do not place it by dumping it into chutes, 2 dumping it from the top of the slope, pushing it from the top of the slope, or any 3 method likely to cause segregation of the various sizes. 4 5. Obtain the desired distribution of the various sizes of stones throughout the mass by 5 selective loading of material at the quarry or other source or by other methods of 6 placement that will produce the specified results. 7 6. Rearrange individual stones by mechanical equipment or by hand if necessary to 8 obtain a reasonably well -graded distribution of stone sizes. 9 F. Special Riprap 10 1. Construct special riprap according to the Drawings. 11 3.5 REPAIR [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD 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 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Grout when ,�.= specified 4" min _ Slope of embankment Upright axes of stone perpendicular to slope E [� 1'-6" min Figure 1 - Large stone riprap, dry or grouted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 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 Grout when ) specified i Flat side up f a min_ Slope of embankment E T-V min Figure 2 - Medium stone riprap, dry or grouted. M Mortar when specified Slope of embankment e ` I1'-6" min Figure 3 - Medium stone riprap, mortared. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 313700-8 RIPRAP Page 8 of 10 WELLINGTON MULTIFAMILY CPN: 104924 313700-9 RIPRAP Page 9 of 10 Grout when specified Multiple layers imare than one rack depth) — 9" min r; ;a S .1 E Slope of embankment 1 2 Figure 4 — Block stone riprap, dry or grouted. 3 4 5 6 7 1:11�T'� _ • �r �r —Slope of embankment Filter fabric 2 times thickness min Figure 5 — Slab stone riprap END OF SECTION CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 31 37 00 - 10 RIPRAP Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. — defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 SECTION 32 1123 FLEXIBLE BASE COURSES PART1- GENERAL 1.1 SUMMARY 32 1123 -1 FLEXIBLE BASE COURSES Page 1 of 7 A. Section Includes: 1. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the square yard of Flexible Base Course for various: 1) Depths 2) Types 3) Gradations 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Flexible Base Course. 3. The price bid shall include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling f. Compacting 1.3 REFERENCES A. Definitions 1. RAP — Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex- 104-E, Determining Liquid Limits of Soils b. Tex- 106-E, Calculating the Plasticity Index of Soils c. Tex- 107-E, Determining the Bar Linear Shrinkage of Soils d. Tex- 110-E, Particle Size Analysis of Soils e. Tex- 116-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. CITY OF FORT WORTH WELLINGTONMULTIF"ILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 32 1123 -3 FLEXIBLE BASE COURSES Page 3 of 7 Table 1 Material Requirements Property I Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) 2-1/2 in. — 0 1-3/4 in. 0 0-10 7/8in Tex-110-E 10-35 — 3/8 in. 30-50 — No.4 45-65 45-75 No. 40 70-85 60-85 Liquid limit, % max.' Tex-104-E 35 40 PlastiCity index, max.' Tex-106-E 10 12 Wet ball mill, % max.' 40 45 Wet ball mill, % max. Tex- 116-E increase passing the 20 20 No. 40 sieve Classification3 1.0 1.1-2.3 Min. compressive strength', psi Tex- 117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex- 104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 104924 Revised December 20, 2012 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on -site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non -uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than 3/4 inch 2) Areas that are unstable or non -uniform 2. Installation of base material cannot proceed until compacted subgrade approved by the City. 3.4 INSTALLATION A. General CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 32 1123 -5 FLEXIBLE BASE COURSES Page 5 of 7 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General a. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the Drawings, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. 5. Minimum lift depth: 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 32 1123 -6 FLEXIBLE BASE COURSES Page 6 of 7 a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4. Density Control a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 4. Add small increments of water as needed during rolling. CITY OF FORT WORTH WELLINGTON MUL TIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 32 1123 -7 FLEXIBLE BASE COURSES Page 7 of 7 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3A.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIF"ILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN• 104924 Revised December 20, 2012 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 3211 29-1 LIME TREATED BASE COURSES Page 1 of 15 SECTION 32 11 29 LIME TREATED BASE COURSES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement; base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 23 23 - Borrow 4. Section 32 11 23 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrated Lime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated Lime used to prepare slurry at the job site. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Hydrated Lime. c. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 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 321129-2 LIME TREATED BASE COURSES Page 2 of 15 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 2. Commercial Lime Slurry a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry multiplied by the weight of the slurry in tons delivered. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Commercial Lime Slurry. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 3. Quicklime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. Measurement for Quicklime in slurry form shall be measured by the ton (dry weight) of the Quicklime used to prepare the slurry. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Quicklime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 4. Lime Treatment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 321129-3 LIME TREATED BASE COURSES Page 3 of 15 1 a. Measurement 2 1) Measurement for this Item shall be by the square yard of surface 3 area as established by the widths shown on the Drawings and the 4 lengths measured at placement. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this 7 Item and measured as provided under "Measurement" will be paid 8 for at the unit price bid per square yard of Lime Treatment applied 9 for: 10 a) Various depths 11 c. The price bid shall include: 12 1) Preparing the roadbed 13 2) Loosening, pulverizing application of lime, water content in the slurry 14 mixture and the mixing water 15 3) Mixing, shaping, sprinkling, compacting, finishing, curing and 16 maintaining 17 4) Performing all manipulations required 18 1.3 REFERENCES 19 A. Definitions 20 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 21 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water 22 delivered to a project in slurry form. 23 3. Quicklime: dry material consisting of calcium oxide furnished in either of 24 two grades: 25 a. Grade DS — grade of "pebble" quicklime suitable for use in the 26 preparation of slurry for wet placing. 27 b. Grade S — finely graded quicklime for use only in the preparation of 28 slurry for wet placing. 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 32 of this specification, unless a date is specifically cited. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 3211 29 - 4 LIME TREATED BASE COURSES Page 4 of 15 1 2. ASTM International (ASTM): 2 a. D698, Standard Test Methods for Laboratory Compaction 3 Characteristics of Soil Using Standard Effort (12 400 ft-Ibf/ft3 (600 kN- 4 m/m3)) 5 b. D6938, Standard Test Method for In -Place Density and Water Content of 6 Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) 7 3. Texas Department of Transportation (TXDOT): 8 a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing 9 b. Tex-140-E, Measuring Thickness of Pavement Layer 10 c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and 11 Commercial Lime Slurry 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 ACTION SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY AND STORAGE 19 A. Truck Delivered Lime 20 1. Each truck ticket shall bear the weight of lime measured on certified scales. 21 2. Submit delivery tickets, certified by supplier, that include weight with each 22 bulk delivery of lime to the site. 23 1.11 SITE CONDITIONS 24 A. Start lime application only when the air temperature is at least 350F and rising 25 or is at least 40°F. Measure temperature in the shade and away from artificial 26 heat. 27 B. Suspend application when the City determines that weather conditions are 28 unsuitable. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 1 1.12 WARRANTY [NOT USED] 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 321129-5 LIME TREATED BASE COURSES Page 5 of 15 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Lime 1. Hydrated Lime a. pumpable suspension of solids in water b. solids portion of the mixture when considered as a basis of "solids content," shall consist of principally hydrated lime of a quality and fineness sufficient to meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 1 2 3 Total "active" lime content, percent by weight Unhydrated lime content, percent by weight CaO 321129-6 LIME TREATED BASE COURSES Page 6 of 15 Table 2 Lime Chemical Requirements Hydrated Commercial Lime Lime Slurry 90.0 Min 87.0 Min 5.0 Max "Free Water" 5.0 Max content, percent by weight water b. Physical Requirements 4 Table 3 5 Lime Physical Requirements Hydrated Commercial Lime Lime Slurry Wet Sieve Requirement, As percentage by Weight Residue: Retained on No. 6 sieve Retained on No. 30 sieve Dry Sieve Requirement, As percentage by Weight Residue: Retained on a 1-in sieve Retained on a 3/4 —in sieve Retained on a No. 100 sieve CIXAIM 4.0 Max CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0.2 Max 4.0 Max Quicklime 87.0 Min Quicklime 8.0 Max' 0.0 10.0 Max Grade Ds — 80 Min WELLINGTON MULTIFAMILY CPN: 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 321129-7 LIME TREATED BASE COURSES Page 7 of 15 Grade S — no limits Retained on a No. 6 0.2 Max 0.2 Max 8.0 Max' sieve 1 The amount total "active" lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0% by weight of the original quicklime. c. Slurry Grades Table 4 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry Grade 1 31 Grade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 11 23, for the type and grade shown on the Drawings, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. E. Borrow: See Section 31 23 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 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 321129-8 LIME TREATED BASE COURSES Page 8 of 15 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. uniform lime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. 3. Storage Facility a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 4. Slurry Equipment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 321129-9 LIME TREATED BASE COURSES Page 9 of 15 1 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime 2 or quicklime on the project or other approved location. 3 b. The City may approve other slurrying methods. 4 c. Provide a pump for agitating the slurry when the distributor truck is not 5 equipped with an agitator. 6 5. Pulverization Equipment 7 a. Provide pulverization equipment that: 8 1) Cuts and pulverizes material uniformly to the proper depth with 9 cutters that plane to a uniform surface over the entire width of the 10 cut 11 2) Provides a visible indication of the depth of cut at all times, and 12 uniformly mixes the materials 13 C. Pulverization 14 1. Pulverize or scarify existing material after shaping so that 100 percent 15 passes a 2 1 /2 inch sieve. 16 2. If the material cannot be uniformly processed to the required depth in a 17 single pass, excavate and windrow the material to expose a secondary 18 grade to achieve processing to depth as shown in the Drawings. 19 D. Application of Lime 20 1. Uniformly apply lime as shown on the Drawings or as directed. 21 2. Add lime at the percentage specified in Drawings. 22 3. Apply lime only on an area where mixing can be completed during the same 23 working day. 24 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind 25 conditions, in the opinion of the City, cause blowing lime to become 26 dangerous to traffic or objectionable to adjacent property owners. 27 5. Slurry Placement 28 a. Hydrated Lime 29 1) Mix Lime with water and apply slurry 30 2) Apply Type B, commercial lime slurry, with a lime percentage not 31 less applicable for grade used 32 3) Distribute lime at the rate shown on the Drawings CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 3211 29 - 10 LIME TREATED BASE COURSES Page 10 of 15 1 4) Make successive passes over a measured surface of roadway until 2 the proper moisture and lime content have been achieved. 3 b. Quicklime 4 1) Spread the residue for the Quicklime slurrying procedure uniformly 5 over the length of the roadway. 6 2) Residue is primarily inert material with little stabilizing value; 7 however, may contain a small amount of Quicklime particles that 8 slake slowly. A concentration of these particles could cause the 9 compacted stabilized material to swell during slaking. 10 E. Mixing 11 1. Begin mixing within 6 hours of application of lime. 12 2. Hydrated lime exposed to the open air for 6 hours or more between 13 application and mixing, or that experiences excessive loss due to washing 14 or blowing, will not be accepted for payment. 15 3. Thoroughly mix the material and lime using approved equipment. 16 4. Mix until a homogeneous, friable mixture of material and lime is obtained, 17 free from all clods and lumps. 18 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 19 6. Materials containing plastic clay or other materials that are not readily mixed 20 with lime shall be mixed as thoroughly as possible at the time of lime 21 application, brought to the proper moisture content and sealed with a 22 pneumatic roller. 23 7. Allow the mixture to cure for 72 hours or as directed by City. 24 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 25 days. 26 9. Sprinkle the treated materials during the mixing and curing operation to 27 achieve adequate hydration and proper moisture content. 28 10. After curing, resume mixing until a homogeneous, friable mixture is 29 obtained. 30 11. After mixing, City will sample the mixture at roadway moisture and test in 31 accordance with Tex-101-E, Part III, to determine compliance with the 32 gradation requirements in Table 5. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 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 3211 29 - 11 LIME TREATED BASE COURSES Page 11 of 15 Table 5 Gradation Requirements (Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 F. Compaction 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessary to provide optimum moisture content. c. Multiple lifts are permitted when shown on the Drawings or approved. d. Bring each layer to the moisture content directed. 2. Rolling a. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. f. Proof roll the lime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 3211 29 - 12 LIME TREATED BASE COURSES Page 12 of 15 1 b) Use equipment that will apply sufficient load to identify soft spots 2 that rut or pump. 3 (1) Acceptable equipment includes fully loaded single -axle water 4 truck with a 1500 gallon capacity. 5 c) Make at least 2 passes with the proof roller (down and back = 1 6 pass). 7 d) Offset each trip by at most 1 tire width. 8 e) If an unstable or non -uniform area is found, correct the area. 9 2) Correct 10 a) Soft spots that rut or pump greater than 3/4 inch. 11 b) Areas that are unstable or non -uniform. 12 3. Density Control 13 a. Compact until the entire depth of the mixture has achieved a uniform 14 density of not less than 95 percent of the maximum density as 15 determined by ASTM D698. 16 b. Moisture content: minus 2 to plus 4 optimum. 17 G. Maintenance 18 1. Maintain the completed soil lime base in good condition, satisfactory to the 19 City as to grade, crown and cross section until the overlaying or next course 20 is constructed. 21 2. Keep surface of the compacted course moist until covered by other base or 22 pavement. 23 3. Reworking a Section 24 a. When a section is reworked within 72 hours after completion of 25 compaction, rework the section to provide the required density. 26 b. When a section is reworked more than 72 hours after completion of 27 compaction, add additional lime at 25 percent of the percentage 28 specified. 29 c. Reworking includes loosening, adding material or removing 30 unacceptable material if necessary, mixing as directed, compacting, and 31 finishing. 32 H. Finishing CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 3211 29 - 13 LIME TREATED BASE COURSES Page 13 of 15 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the lime -treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. I. Curing 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 3211 29 - 14 LIME TREATED BASE COURSES Page 14 of 15 1 Table 6 2 Minimum Curing Requirements Before Placing Subsequent Courses' Untreated Material Curing (Days) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 PI <_ 35 2 PI>35 5 1. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 2. Begin paving operations or add courses within 14 calendar days of final compaction. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of lime treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test 1. In -place depth will be evaluated for each 500-foot roadway section 2. Determine in accordance with Tex-140-E in hand excavated holes. 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 4. City Project Representative determines depth testing locations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 3211 29 - 15 LIME TREATED BASE COURSES Page 15 of 15 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 0 CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: SECTION 32 12 16 ASPHALT PAVING 32 12 16- 1 ASPHALT PAVING Page 1 of 42 6 1. Constructing a pavement layer composed of a compacted, dense -graded 7 mixture of aggregate and asphalt binder for surface or base courses 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 32 01 17 - Permanent Asphalt Paving Repair 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Asphalt Pavement 18 a. Measurement 19 1) Measurement for this Item shall be by the square yard of completed 20 and accepted asphalt pavement in its final position for various: 21 a) Thicknesses 22 b) Types 23 b. Payment 24 1) The work performed and materials furnished in accordance with this 25 Item and measured as provided under "Measurement" will be paid 26 for at the unit price bid per CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 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 32 12 16-2 ASPHALT PAVING Page 2 of 42 c. The price bid shall include: 1) Shaping and fine grading the placement area 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 2. H.M.A.C. Transition a. Measurement 1) Measurement for this Item shall be by the ton of composite Hot Mix Asphalt required for H.M.A.C. Transition. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Hot Mix Asphalt. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 29 3. Asphalt Base Course CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 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 32 12 16-3 ASPHALT PAVING Page 3 of 42 a. Measurement 1) Measurement for this Item shall be by the square yard of Asphalt Base Course completed and accepted in its final position for: a) Various thicknesses b) Various types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Asphalt Base Course. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 4. H.M.A.C. Pavement Level Up a. Measurement 1) Measurement for this Item shall be by the ton of H.M.A.C. completed and accepted in its final position. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of H.M.A.C. c. The price bid shall include: 1) Shaping and fine grading the roadbed CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 32 12 16-4 ASPHALT PAVING Page 4 of 42 1 2) Furnishing, loading, unloading, storing, hauling and handling all 2 materials including freight and royalty 3 3) Traffic control for all testing 4 4) Asphalt, aggregate, and additive 5 5) Materials and work needed for corrective action 6 6) Trial batches 7 7) Tack coat 8 8) Removal and/or sweeping excess material 9 5. H.M.A.C. Speed Cushion 10 a. Measurement 11 1) Measurement for this Item shall be per each H.M.A.C. Speed 12 Cushion installed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this 15 Item and measured as provided under "Measurement" will be paid 16 for at the unit price bid per each H.M.A.C. Speed Cushion installed 17 and accepted in its final position. 18 c. The price bid shall include: 19 1) Shaping and fine grading the roadbed 20 2) Furnishing, loading, unloading, storing, hauling and handling all 21 materials including freight and royalty 22 3) Traffic control for all testing 23 4) Asphalt, aggregate, and additive 24 5) Materials and work needed for corrective action 25 6) Trial batches 26 7) Tack coat 27 8) Removal and/or sweeping excess material 28 1.3 REFERENCES 29 A. Abbreviations and Acronyms CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 32 12 16-5 ASPHALT PAVING Page 5 of 42 1 1. RAP (reclaimed asphalt pavement) 2 2. SAC (surface aggregate classification) 3 3. BRSQC (Bituminous Rated Source Quality Catalog) 4 4. AQMP (Aggregate Quality Monitoring Program) 5 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6 6. WMA (Warm Mix Asphalt) 7 B. Reference Standards 8 1. Reference standards cited in this specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end 10 of this specification, unless a date is specifically cited. 11 2. National Institute of Standards and Technology (NIST) 12 a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other 13 Technical Requirements for Weighing and Measuring Devices 14 3. ASTM International (ASTM): 15 a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of 16 Bituminous Materials by Ductilometer 17 4. American Association of State Highway and Transportation Officials 18 a. MP2 Standard Specification for Superpave Volumetric Mix Design 19 b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix 20 Asphalt (HMA) 21 c. T 201, Kinematic Viscosity of Asphalts (Bitumens) 22 d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum 23 Capillary Viscometer 24 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt 25 Binder Using Rotational Viscometer 26 f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of 27 Asphalt Binder Using the Bending Beam Rheometer (BBR) 28 5. Texas Department of Transportation 29 a. Bituminous Rated Source Quality Catalog (BRSQC) CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 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 32 12 16-6 ASPHALT PAVING Page 6 of 42 b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures I. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles o. Tex 406-A, Material Finer Than 75 pm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified Asphalt Systems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 32 12 16-7 ASPHALT PAVING Page 7 of 42 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions 1. Place mixture when the roadway surface temperature is equal to or higher than the temperatures listed in Table 1. Table 1 Minimum Pavement Surface Temperatures Originally Specified High Temperature Binder Grade PG64 or lower PG 70 PG 76 or higher Minimum Pavement Surface Temperatures in Degrees Fahrenheit Subsurface Layers or Night Paving Operations 45 55' .e Surface Layers Placed in Daylight Operations rill .a .8 18 "Contractors may pave at temperatures 10°F lower than the values shown in Table 1 19 when utilizing a paving process including WMA or equipment that eliminates thermal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 32 12 16-8 ASPHALT PAVING Page 8 of 42 1 segregation. In such cases, the contractor must use either a hand held thermal camera 2 or a hand held infrared thermometer operated in accordance with Tex-244-F to 3 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 4 10' F of thermal segregation. 5 6 2. Unless otherwise shown on the Drawings, place mixtures only when 7 weather conditions and moisture conditions of the roadway surface are 8 suitable in the opinion of the City. 0 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. General 15 1. Furnish uncontaminated materials of uniform quality that meet the 16 requirements of the Drawings and specifications. 17 2. Notify the City of all material sources. 18 3. Notify the City before changing any material source or formulation. 19 4. When the Contractor makes a source or formulation change, the City will 20 verify that the requirements of this specification are met and may require a 21 new laboratory mixture design, trial batch, or both. 22 5. The City may sample and test project materials at any time during the 23 project to verify compliance. 24 6. The depth of the compacted lift should be at least 2 times the nominal 25 maximum aggregate size. 26 B. Aggregate 27 1. General CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 32 12 16-9 ASPHALT PAVING Page 9 of 42 1 a. Furnish aggregates from sources that conform to the requirements 2 shown in Table 1, and as specified in this Section, unless otherwise 3 shown on the Drawings. 4 b. Provide aggregate stockpiles that meet the definition in this Section for 5 either coarse aggregate or fine aggregate. 6 c. When reclaimed asphalt pavement (RAP) is allowed by Drawing note, 7 provide RAP stockpiles in accordance with this Section. 8 d. Aggregate from RAP is not required to meet Table 2 requirements 9 unless otherwise shown on the Drawings. 10 e. Supply mechanically crushed gravel or stone aggregates that meet the 11 definitions in Tex 100 E. 12 f. Samples must be from materials produced for the project. 13 g. The City will establish the surface aggregate classification (SAC) and 14 perform Los Angeles abrasion, magnesium sulfate soundness, and 15 Micro-Deval tests. 16 h. Perform all other aggregate quality tests listed in Table 2. 17 i. Document all test results on the mixture design report. 18 j. The City may perform tests on independent or split samples to verify 19 Contractor test results. 20 k. Stockpile aggregates for each source and type separately and designate 21 for the City. 22 I. Determine aggregate gradations for mixture design and production 23 testing based on the washed sieve analysis given in Tex 200 F, Part II. 24 CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 Table 2 Aggregate Quality Requirements Property Test Method Coarse Aggregate SAC Deleterious material, percent, max Decantation, percent, max Micro-Deval abrasion, percent, max Los Angeles abrasion, percent, max Magnesium sulfate soundness, 5 cycles, percent, max Coarse aggregate angularity, 2 crushed faces, percent, min Flat and elongated particles @ 5:1, percent, max AQMP Tex-217-F, Part I Tex-217-F, Part II Tex-461-A Tex-410-A Fine Aggregate Tex-411-A Tex 460-A, Part I Tex-280-F 32 12 16 - 10 ASPHALT PAVING Page 10 of 42 Requirement As shown on Drawings 1.5 1.5 Note 1 40 302 853 10 Linear shrinkage, percent, max Tex-107-E Combined Aggregate Sand equivalent, percent, min Tex-203-F 1. Not used for acceptance purposes. Used by the City as an indicator of the need for further investigation. 2. Unless otherwise shown on the Drawings. 3. Unless otherwise shown on the Drawings. Only applies to crushed gravel. 3 45 1 m. Coarse Aggregate 2 1) Coarse aggregate stockpiles must have no more than 20 percent 3 material passing the No. 8 sieve. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 321216-11 ASPHALT PAVING Page 11 of 42 1 2) Maximum aggregate size should not be over half of the proposed lift 2 depth to prevent particle on particle contact issues. 3 3) Provide aggregates from sources listed in the BRSQC. 4 4) Provide aggregate from unlisted sources only when tested by the 5 City and/or approved before use. 6 5) Allow 30 calendar days for the City to sample, test, and report 7 results for unlisted sources. 8 6) Class B aggregate meeting all other requirements in Table 2 may be 9 blended with a Class A aggregate in order to meet requirements for 10 Class A materials. 11 7) When blending Class A and B aggregates to meet a Class A 12 requirement, ensure that at least 50 percent by weight of the 13 material retained on the No. 4 sieve comes from the Class A 14 aggregate source. 15 8) Blend by volume if the bulk specific gravities of the Class A and B 16 aggregates differ by more than 0.300. 17 9) When blending, do not use Class C or D aggregates. 18 10) For blending purposes, coarse aggregate from RAP will be 19 considered as Class B aggregate. 20 11) Provide coarse aggregate with at least the minimum SAC shown on 21 the Drawings. 22 12) SAC requirements apply only to aggregates used on the surface of 23 travel lanes, unless otherwise shown on the Drawings. 24 n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt 25 pavement. 26 1) No RAP permitted for TYPED H.M.A.C. 27 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless 28 otherwise shown on the Drawings. 29 3) Crush or break RAP so that 100 percent of the particles pass the 2 30 inch sieve. 31 4) RAP from either Contractor or City, including RAP generated during 32 the project, is permitted only when shown on the Drawings. 33 5) City -owned RAP, if allowed for use, will be available at the location 34 shown on the Drawings. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 32 12 16- 12 ASPHALT PAVING Page 12 of 42 1 6) When RAP is used, determine asphalt content and gradation for 2 mixture design purposes. 3 7) Perform other tests on RAP when shown on the Drawings. 4 8) When RAP is allowed by plan note, use no more than 30 5 percent RAP in Type A or B mixtures unless otherwise shown on the 6 Drawings. 7 9) Do not use RAP contaminated with dirt or other objectionable 8 materials. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 10) Do not use the RAP if the decantation value exceeds 5 percent and the plasticity index is greater than 8. 11) Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. 12) Determine the plasticity index using Tex-106-E if the decantation value exceeds 5 percent. 13) The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 14) Do not intermingle Contractor -owned RAP stockpiles with City - owned RAP stockpiles. 15) Remove unused Contractor -owned RAP material from the project site upon completion of the project. 16) Return unused City -owned RAP to the designated stockpile location. o. Fine Aggregate 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 3) Supply fine aggregates that are free from organic impurities. 4) The City may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. 5) At most 15 percent of the total aggregate may be field sand or other uncrushed fine aggregate. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 32 12 16 - 13 ASPHALT PAVING Page 13 of 42 1 6) With the exception of field sand, use fine aggregate from coarse 2 aggregate sources that meet the requirements shown in Table 2, 3 unless otherwise approved. 4 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, 5 test the stockpile and verify that it meets the requirements in Table 1 6 for coarse aggregate angularity (Tex-460-A) and flat and elongated 7 particles (Tex-280-F). Table 3 Gradation Requirements for Fine Aggregate Sieve percent Passing by Weight or Size Volume 3/8" 100 #8 70-100 #200 0-30 E:3 9 2. Mineral Filler 10 a. Mineral filler consists of finely divided mineral matter such as agricultural 11 lime, crusher fines, hydrated lime, cement, or fly ash. 12 b. Mineral filler is allowed unless otherwise shown on the Drawings. 13 c. Do not use more than 2 percent hydrated lime or cement, unless 14 otherwise shown on the Drawings. The Drawings may require or 15 disallow specific mineral fillers. When used, provide mineral filler that: 16 1) Is sufficiently dry, free -flowing, and free from clumps and foreign 17 matter; 18 2) Does not exceed 3 percent linear shrinkage when tested in 19 accordance with Tex-107-E; and meets the gradation requirements 20 in Table 4. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 321216-14 ASPHALT PAVING Page 14 of 42 Table 4 Gradation Requirements for Mineral Filler Sieve percent Passing by Weight or Size Volume #8 100 #200 55-100 3. Baghouse Fines a. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum 4. Asphalt Binder a. Furnish the type and grade of performance -graded (PG) asphalt binder specified as follows: 1) Performance -Graded Binders (PG Binders) a) Must be smooth and homogeneous b) Show no separation when tested in accordance with Tex-540-C c) Meet Table 5 requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 Property and Test Method Average 7-day max pavement design temperature, °C1 Min pavement design temperature, °C1 Flash point, T 48, Min, °C Viscosity, T 316:2, 3 Max, 3.0 Paxs, test temperature, °C Dynamic shear, T 315:4 G*/sin(d), Min, 1.00 kPa 32 12 16- 15 ASPHALT PAVING Page 15 of 42 Table 5 Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 - - - - - - - - - - - - - - - - - - 22 28 34 16 22 28 34 16 22 28 34 16 22 28 34 16 22 28 <58 <64 <70 <76 <82 22 28 34 16 22 28 34 16 22 28 34 16 22 28 34 16 22 28 ORIGINAL BINDER RM W11 135 64 70 CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 76 WK Test temperature @ 10 rad/sec., °C Elastic recovery, D 6084, 50°F, percent Min Mass loss, Tex-541-C, Max, percent Dynamic shear, T 315: G*/sin(d), Min, 2.20 kPa Test temperature @ 10 rad/sec., °C RM 32 12 16- 16 ASPHALT PAVING Page 16 of 42 30 — — 30 50 — 30 50 60 30 50 60 70 50 60 70 ROLLING THIN-FILM OVEN (Tex-541-C) 1 64 70 CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 76 MN 32 12 16- 17 ASPHALT PAVING Page 17 of 42 Table 5 (continued) Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 Property and Test Method - - - - - - - - - - 22 28 34 16 22 28 34 -16 22 28 34 - - - - - - - 16 22 28 34 16 22 28 PRESSURE AGING VESSEL (PAV) RESIDUE (R 28) PAV aging temperature, °C 100 Dynamic shear, T 315: 25 22 19 28 25 22 19 28 25 22 19 2 25 22 19 28 25 22 8 G*/sin(d), Max, 5000 kPa Test temperature @ 10 rad/sec., °C Creep stiffness, T 313:5, 6 - - - -6 - - - -6 - - - -6 - - - -6 - - 12 18 24 12 18 24 12 18 24 12 18 24 12 18 S, max, 300 MPa, m-value, min, 0.300 Test temperature @ 60 sec., °C Direct tension, T 314:6 - - - -6 - - - -6 - - - -6 - - - -6 - - CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 32 12 16 - 18 ASPHALT PAVING Page 18 of 42 Failure strain, min, 1.0 12 18 24 12 18 24 12 18 24 12 18 24 12 18 percent Test temperature @ 1.0 mm/min., °C 1. Pavement temperatures are estimated from air temperatures using an algorithm contained in a Department -supplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28. 2. This requirement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped, mixed, and compacted at temperatures that meet all applicable safety, environmental, and constructability requirements. At test temperatures where the binder is a Newtonian fluid, any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 3. Viscosity at 135QC is an indicator of mixing and compaction temperatures that can be expected in the lab and field. High values may indicate high mixing and compaction temperatures. Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production, measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G*/sin(d) at test temperatures where the asphalt is a Newtonian fluid. Any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 5. Silicone beam molds, as described in AASHTO TP 1-93, are acceptable for use 6. If creep stiffness is below 300 MPa, direct tension test is not required. If creep stiffness is between 300 and 600 MPa, the direct tension failure strain requirement can be used instead of the creep stiffness requirement. The m-value requirement must be satisfied in both cases. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 32 12 16 - 19 ASPHALT PAVING Page 19 of 42 1 2 b. Separation testing is not required if: 3 1) A modifier is introduced separately at the mix plant either by injection 4 in the asphalt line or mixer, 5 2) The binder is blended on site in continuously agitated tanks, or 6 binder acceptance is based on field samples taken from an in -line 7 sampling port at the hot mix plant after the addition of modifiers. 8 5. Tack Coat 9 a. Unless otherwise shown on the Drawings or approved, furnish CSS-1 H, 10 SS-1 H, or a PG binder with a minimum high -temperature grade of 11 PG 58 for tack coat binder in accordance with Section 2.2.A.5. 12 6. Additives 13 a. General 14 1) When shown on the Drawings, use the type and rate of additive 15 specified. 16 2) Other additives that facilitate mixing or improve the quality of the 17 mixture may be allowed when approved. 18 b. Liquid Antistripping Agent 19 1) Furnish and incorporate all required asphalt antistripping agents in 20 asphalt concrete paving mixtures and asphalt -stabilized base 21 mixtures to meet moisture resistance testing requirements. 22 2) Provide a liquid antistripping agent that is uniform and shows no 23 evidence of crystallization, settling, or separation. 24 3) Ensure that all liquid antistripping agents arrive in: 25 a) Properly labeled and unopened containers, as shipped from the 26 manufacturer, or 27 b) Sealed tank trucks with an invoice to show contents and 28 quantities 29 c) Provide product information to the City including: 30 (1) Material safety data sheet 31 (2) Specific gravity of the agent at the manufacturer's 32 recommended addition temperature, CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-20 ASPHALT PAVING Page 20 of 42 1 (3) Manufacturer's recommended dosage range, and 2 (4) Handling and storage instructions 3 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 4 incorporate into the binder as follows: 5 a) Handle in accordance with the manufacturer's 6 recommendations. 7 b) Add at the manufacturer's recommended addition temperature. 8 c) Add into the asphalt line by means of an in -line -metering device. 9 c. Liquid Asphalt Additive Meters 10 1) Provide a means to check the accuracy of meter output for asphalt 11 primer, fluxing material, and liquid additives. 12 2) Furnish a meter that reads in increments of 0.1 gal. or less. 13 3) Verify accuracy of the meter in accordance with Tex-923-K. 14 4) Ensure the accuracy of the meter within 5.0 percent. 15 7. Mixes 16 a. Design Requirements 17 1) Unless otherwise shown on the Drawings, use the typical weight 18 design example given in Tex-204-F, Part I, to design a mixture 19 meeting the requirements listed in Tables 2 through 8. 20 2) Furnish the City with representative samples of all materials used in 21 the mixture design. 22 3) The City will verify the mixture design. 23 4) If the design cannot be verified by the City, furnish another mixture 24 design. 25 CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 1 321216-21 ASPHALT PAVING Page 21 of 42 Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Properties B C D Sieve Fine Coarse Fine Size Base Surface Surface 1-1/2" 1.1 98.0-100.0 — — 3/4" 84.0-98.0 95.0-100.0 — 1 /2" — — 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 #30 13.0-28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA', percent Minimum — 13.0 14.0 15.0 Plant -Produced VMA, percent Minimum - I 12.0 1 13.0 14.0 1. Voids in Mineral Aggregates CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 321216-22 ASPHALT PAVING Page 22 of 42 Table 7 Laboratory Mixture Design Properties Property Test Requirement Method Target laboratory -molded density, 1 percent Tex-207-F 96.0 Tensile strength (dry), psi (molded to 93 Tex-226-F 85-2002 percent ±1 percent density) Boil testa Tex-530-C — 1. Unless otherwise shown on the Drawings. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the Contractor's option unless otherwise shown on the Drawings. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. d. When WMA is not required by Drawings, produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 321216-23 ASPHALT PAVING Page 23 of 42 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Hauling Operations 8 1. Before use, clean all truck beds to ensure mixture is not contaminated. 9 2. When a release agent is necessary to coat truck beds, use a release agent 10 approved by the City. 11 3. Petroleum based products, such as diesel fuel, should not be used. 12 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck 13 beds or cover the truck bed with tarpaulin. 14 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or 15 cover the truck bed with tarpaulin. 16 3.4 INSTALLATION 17 A. Equipment 18 1. General 19 a. Provide required or necessary equipment to produce, haul, place, 20 compact, and core asphalt concrete pavement. 21 b. Ensure weighing and measuring equipment complies with specification. 22 c. Synchronize equipment to produce a mixture meeting the required 23 proportions. 24 2. Production Equipment 25 a. Provide: 26 1) Drum -mix type, weigh -batch, or modified weigh -batch mixing plants 27 that ensure a uniform, continuous production CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-24 ASPHALT PAVING Page 24 of 42 1 2) Automatic proportioning and measuring devices with interlock cut-off 2 circuits that stop operations if the control system malfunctions 3 3) Visible readouts indicating the weight or volume of asphalt and 4 aggregate proportions 5 4) Safe and accurate means to take required samples by inspection 6 forces 7 5) Permanent means to check the output of metering devices and to 8 perform calibration and weight checks 9 6) Additive -feed systems to ensure a uniform, continuous material flow 10 in the desired proportion 11 3. Weighing and Measuring Equipment 12 a. General 13 1) Provide weighing and measuring equipment for materials measured 14 or proportioned by weight or volume. 15 2) Provide certified scales, scale installations, and measuring 16 equipment meeting the requirements of NIST Handbook 44, except 17 that the required accuracy must be 0.4 percent of the material being 18 weighed or measured. 19 3) Furnish leak -free weighing containers large enough to hold a 20 complete batch of the material being measured. 21 b. Truck Scales 22 1) Furnish platform truck scales capable of weighing the entire truck or 23 truck —trailer combination in a single draft. 24 c. Aggregate Batching Scales 25 1) Equip scales used for weighing aggregate with a quick adjustment at 26 zero that provides for any change in tare. 27 2) Provide a visual means that indicates the required weight for each 28 aggregate. 29 d. Suspended Hopper 30 1) Provide a means for the addition or the removal of small amounts of 31 material to adjust the quantity to the exact weight per batch. 32 2) Ensure the scale equipment is level. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-25 ASPHALT PAVING Page 25 of 42 1 e. Belt Scales 2 1) Use belt scales for proportioning aggregate that are accurate to 3 within 1.0 percent based on the average of 3 test runs, where no 4 individual test run exceeds 2.0 percent when checked in accordance 5 with Tex-920-K. 6 f. Asphalt Material Meter 7 1) Provide an asphalt material meter with an automatic digital display of 8 the volume or weight of asphalt material. 9 2) Verify the accuracy of the meter in accordance with Tex-921-K. 10 3) When using the asphalt meter for payment purposes, ensure the 11 accuracy of the meter is within 0.4 percent. 12 4) When used to measure component materials only and not for 13 payment, ensure the accuracy of the meter is within 1.0 percent. 14 g. Liquid Asphalt Additive Meters 15 1) Provide a means to check the accuracy of meter output for asphalt 16 primer, fluxing material, and liquid additives. 17 2) Furnish a meter that reads in increments of 0.1 gallon or less. 18 3) Verify accuracy of the meter in accordance with Tex-923-K. 19 4) Ensure the accuracy of the meter within 5.0 percent. 20 4. Drum -Mix Plants. Provide a mixing plant that complies with the 21 requirements below. 22 a. Aggregate Feed System 23 1) Provide: 24 a) A minimum of 1 cold aggregate bin for each stockpile of 25 individual materials used to produce the mix 26 b) Bins designed to prevent overflow of material 27 c) Scalping screens or other approved methods to remove any 28 oversized material, roots, or other objectionable materials 29 d) A feed system to ensure a uniform, continuous material flow in 30 the desired proportion to the dryer 31 e) An integrated means for moisture compensation CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-26 ASPHALT PAVING Page 26 of 42 1 f) Belt scales, weigh box, or other approved devices to measure 2 the weight of the combined aggregate 3 g) Cold aggregate bin flow indicators that automatically signal 4 interrupted material flow 5 b. Reclaimed Asphalt Pavement (RAP) Feed System 6 1) Provide a separate system to weigh and feed RAP into the hot mix 7 plant. 8 c. Mineral Filler Feed System 9 1) Provide a closed system for mineral filler that maintains a constant 10 supply with minimal loss of material through the exhaust system. 11 2) Interlock the measuring device into the automatic plant controls to 12 automatically adjust the supply of mineral filler to plant production 13 and provide a consistent percentage to the mixture. 14 d. Heating, Drying, and Mixing Systems 15 1) Provide: 16 a) A dryer or mixing system to agitate the aggregate during heating 17 b) A heating system that controls the temperature during production 18 to prevent aggregate and asphalt binder damage 19 c) A heating system that completely burns fuel and leaves no 20 residue 21 d) A recording thermometer that continuously measures and 22 records the mixture discharge temperature 23 e) Dust collection system to collect excess dust escaping from the 24 drum. 25 e. Asphalt Binder Equipment 26 1) Supply equipment to heat binder to the required temperature. 27 2) Equip the heating apparatus with a continuously recording 28 thermometer located at the highest temperature point. 29 3) Produce a 24 hour chart of the recorded temperature. 30 4) Place a device with automatic temperature compensation that 31 accurately meters the binder in the line leading to the mixer. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-27 ASPHALT PAVING Page 27 of 42 1 5) Furnish a sampling port on the line between the storage tank and 2 mixer. Supply an additional sampling port between any additive 3 blending device and mixer. 4 f. Mixture Storage and Discharge 5 1) Provide a surge -storage system to minimize interruptions during 6 operations unless otherwise approved. 7 2) Furnish a gob hopper or other device to minimize segregation in the 8 bin. 9 3) Provide an automated system that weighs the mixture upon 10 discharge and produces a ticket showing: 11 a) Date 12 b) Project identification number 13 c) Plant identification 14 d) Mix identification 15 e) Vehicle identification 16 f) Total weight of the load 17 g) Tare weight of the vehicle 18 h) Weight of mixture in each load 19 i) Load number or sequential ticket number for the day 20 g. Truck Scales 21 1) Provide standard platform scales at an approved location. 22 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 23 2.2.B.4 "Drum -Mix Plants," except as required below: 24 a. Screening and Proportioning 25 1) Provide enough hot bins to separate the aggregate and to control 26 proportioning of the mixture type specified. 27 a) Supply bins that discard excessive and oversized material 28 through overflow chutes. 29 b) Provide safe access for inspectors to obtain samples from the 30 hot bins. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-28 ASPHALT PAVING Page 28 of 42 1 b. Aggregate Weigh Box and Batching Scales 2 1) Provide a weigh box and batching scales to hold and weigh a 3 complete batch of aggregate. 4 2) Provide an automatic proportioning system with low bin indicators 5 that automatically stop when material level in any bin is not sufficient 6 to complete the batch. 7 c. Asphalt Binder Measuring System 8 1) Provide bucket and scales of sufficient capacity to hold and weigh 9 binder for 1 batch. 10 d. Mixer 11 1) Equipment mixers with an adjustable automatic timer that controls 12 the dry and wet mixing period and locks the discharge doors for the 13 required mixing period 14 2) Furnish a pug mill with a mixing chamber large enough to prevent 15 spillage. 16 6. Modified Weigh -Batch Plants. Provide a mixing plant that complies with 17 Section 2.2.B.5. "Weigh -Batch Plants," except as specifically described 18 below. 19 a. Aggregate Feeds 20 1) Aggregate control is required at the cold feeds. Hot bin screens are 21 not required. 22 b. Surge Bins 23 1) Provide 1 or more bins large enough to produce 1 complete batch of 24 mixture. 25 c. Hauling Equipment 26 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 27 2) Cover each load of mixture with waterproof tarpaulins. 28 3) Before use, clean all truck beds to ensure the mixture is not 29 contaminated. 30 4) When necessary, coat the inside truck beds with an approved 31 release agent from the City. 32 d. Placement and Compaction Equipment CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-29 ASPHALT PAVING Page 29 of 42 1 1) Provide equipment that does not damage underlying pavement. 2 2) Comply with laws and regulations concerning overweight vehicles. 3 3) When permitted, other equipment that will consistently produce 4 satisfactory results may be used. 5 7. Asphalt Paver 6 a. General 7 1) Furnish a paver that will produce a finished surface that meets 8 longitudinal and transverse profile, typical section, and placement 9 requirements. 10 2) Ensure the paver does not support the weight of any portion of 11 hauling equipment other than the connection. 12 3) Provide loading equipment that does not transmit vibrations or other 13 motions to the paver that adversely affect the finished pavement 14 quality. 15 4) Equip the paver with an automatic, dual, longitudinal -grade control 16 system and an automatic, transverse -grade control system. 17 b. Tractor Unit 18 1) Supply a tractor unit that can push or propel vehicles, dumping 19 directly into the finishing machine to obtain the desired lines and 20 grades to eliminate any hand finishing. 21 2) Equip the unit with a hitch sufficient to maintain contact between the 22 hauling equipment's rear wheels and the finishing machine's pusher 23 rollers while mixture is unloaded. 24 c. Screed 25 1) Provide a heated compacting screed that will produce a finished 26 surface that meets longitudinal and transverse profile, typical 27 section, and placement requirements. 28 2) Screed extensions must provide the same compacting action and 29 heating as the main unit unless otherwise approved. 30 d. Grade Reference 31 1) Provide a grade reference with enough support that the maximum 32 deflection does not exceed 1/16 inch between supports. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-30 ASPHALT PAVING Page 30 of 42 1 2) Ensure that the longitudinal controls can operate from any 2 longitudinal grade reference including a string line, ski, mobile string 3 line, or matching shoes. 4 3) Furnish paver skis or mobile string line at least 40 feet long unless 5 otherwise approved. 6 8. Material Transfer Devices 7 a. Provide the specified type of device when shown on the Drawings. 8 b. Ensure the devices provide a continuous, uniform mixture flow to the 9 asphalt paver. 10 c. When used, provide windrow pick-up equipment constructed to pick up 11 substantially all roadway mixture placed in the windrow. 12 9. Remixing Equipment 13 a. When required, provide equipment that includes a pug mill, variable 14 pitch augers, or variable diameter augers operating under a storage unit 15 with a minimum capacity of 8 tons. 16 10. Motor Grader 17 a. When allowed, provide a self-propelled grader with a blade length of at 18 least 12 feet and a wheelbase of at least 16 feet. 19 11. Handheld Infrared Thermometer 20 a. Provide a handheld infrared thermometer meeting the requirements of 21 Tex-244-F. 22 12. Rollers 23 a. The Contractor may use any type of roller to meet the production rates 24 and quality requirements of the Contract unless otherwise shown on the 25 Drawings or directed. 26 b. When specific types of equipment are required, use equipment that 27 meets the specified requirements. 28 c. Alternate Equipment 29 1) Instead of the specified equipment, the Contractor may, as 30 approved, operate other compaction equipment that produces 31 equivalent results. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-31 ASPHALT PAVING Page 31 of 42 1 2) Discontinue the use of the alternate equipment and furnish the 2 specified equipment if the desired results are not achieved. 3 d. City may require Contractor to substitute equipment if production rate 4 and quality requirements of the Contract are not met. 5 13. Straightedges and Templates. Furnish 10 foot straightedges and other 6 templates as required or approved. 7 14. Distributor vehicles 8 a. Furnish vehicle that can achieve a uniform tack coat placement. 9 b. The nozzle patterns, spray bar height and distribution pressure must 10 work together to produce uniform application. 11 c. The vehicle should be set to provide a "double lap" or "triple lap" 12 coverage. 13 d. Nozzle spray patterns should be identical to one another along the 14 distributor spray bar. 15 e. Spray bar height should remain constant. 16 f. Pressure within the distributor must be capable of forcing the tack coat 17 material out of spray nozzles at a constant rate. 18 15. Coring Equipment 19 a. When coring is required, provide equipment suitable to obtain a 20 pavement specimen meeting the dimensions for testing. 21 B. Construction 22 1. Design, produce, store, transport, place, and compact the specified paving 23 mixture in accordance with the requirements of this Section. 24 2. Unless otherwise shown on the Drawings, provide the mix design. 25 3. The City will perform quality assurance (QA) testing. 26 4. Provide quality control (QC) testing as needed to meet the requirements of 27 this Section. 28 C. Production Operations 29 1. General CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 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 321216-32 ASPHALT PAVING Page 32 of 42 a. The City may suspend production for noncompliance with this Section. b. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 2. Operational Tolerances a. Stop production if testing indicates tolerances are exceeded on any of the following: 1) 3 consecutive tests on any individual sieve 2) 4 consecutive tests on any of the sieves 3) 2 consecutive tests on asphalt content b. Begin production only when test results or other information indicate, to the satisfaction of the City, that the next mixture produced will be within Table 9 tolerances. 3. Storage and Heating of Materials a. Do not heat the asphalt binder above the temperatures specified in Section 2.2.A. or outside the manufacturer's recommended values. b. On a daily basis, provide the City with the records of asphalt binder and hot -mix asphalt discharge temperatures in accordance with Table 10. c. Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hours. 4. Mixing and Discharge of Materials a. Notify the City of the target discharge temperature and produce the mixture within 25 degrees F of the target. b. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350 degrees F. The City will not pay for or allow placement of any mixture produced at more than 350 degrees F. c. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. 30 D. Placement Operations CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 321216-33 ASPHALT PAVING Page 33 of 42 1 1. Place the mixture to meet the typical section requirements and produce a 2 smooth, finished surface or base course with a uniform appearance and 3 texture. 4 2. Offset longitudinal joints of successive courses of hot mix by at least 5 6 inches. 6 7 10 11 12 13 14 15 16 17 18 19 20 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. 4. When End Dump Trucks are used, ensure the bed does not contact the paver when raised. 5. Placement can be performed by hand in situations where the paver cannot place it adequately due to space restrictions. 6. Hand -placing should be minimized to prevent aggregate segregation and surface texture issues. 7. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture within the compacted lift thickness shown in Table 9, unless otherwise shown on the Drawings or otherwise directed. Table 9 Compacted Lift Thickness and Required Core Height Compacted Lift Thickness Mixture Type Minimum Maximum (in.) (in.) B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 21 9. Tack Coat 22 a. Clean the surface before placing the tack coat. Unless otherwise 23 approved, apply tack coat uniformly at the rate directed by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 321216-34 ASPHALT PAVING Page 34 of 42 1 b. The City will set the rate between 0.04 and 0.10 gallons of residual 2 asphalt per square yard of surface area. 3 c. Apply a thin, uniform tack coat to all contact surfaces of curbs, 4 structures, and all joints. 5 d. Prevent splattering of tack coat when placed adjacent to curb, gutter, 6 metal beam guard fence and structures. 7 e. Roll the tack coat with a pneumatic -tire roller when directed. 8 f. The City may use Tex-243-F to verify that the tack coat has adequate 9 adhesive properties. 10 g. The City may suspend paving operations until there is adequate 11 adhesion. 12 h. The tack coat should be placed with enough time to break or set before 13 applying hot mix asphalt layers. 14 i. Traffic should not be allowed on tack coats. 15 j. When a tacked road surface must be opened to traffic, they should be 16 covered with sand to provide friction and prevent pick-up. 17 k. Atypical rate for applying a sand cover is 4 to 8 Ibs/square yard. 18 10. General placement requirements 19 a. Material should be delivered to maintain a relatively constant head of 20 material in front of the screed. 21 b. The hopper should never be allowed to empty during paving. 22 c. Dumping wings between trucks not allowed. Dispose of at end of days 23 production. 24 E. Lay -Down Operation 25 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum 26 mixture placement temperatures. 27 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 28 pickup equipment so that substantially all the mixture deposited on the 29 roadbed is picked up and loaded into the paver. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-35 ASPHALT PAVING Page 35 of 42 1 Table 10 2 Suggested Minimum Mixture Placement Temperature High -Temperature Minimum Placement Temperature Binder Grade (Before Entering Paver) PG 64 or lower 260OF PG 70 270OF PG 76 280OF PG 82 or higher 290OF 3 F. Compaction 4 1. Use air void control unless ordinary compaction control is specified on the 5 Drawings. 6 2. Avoid displacement of the mixture. If displacement occurs, correct to the 7 satisfaction of the City. 8 3. Ensure pavement is fully compacted before allowing rollers to stand on the 9 pavement. 10 4. Unless otherwise directed, use only water or an approved release agent on 11 rollers, tamps, and other compaction equipment. 12 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 13 6. Unless otherwise directed, operate vibratory rollers in static mode when not 14 compacting, when changing directions, or when the plan depth of the 15 pavement mat is less than 1-1/2 inches. 16 7. Use tamps to thoroughly compact the edges of the pavement along curbs, 17 headers, and similar structures and in locations that will not allow thorough 18 compaction with the rollers. 19 8. The City may require rolling with a trench roller on widened areas, in 20 trenches, and in other limited areas. 21 9. Allow the compacted pavement to cool to 160 degrees F or lower before 22 opening to traffic unless otherwise directed. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 1401 26 27 28 29 0 31 32 33 321216-36 ASPHALT PAVING Page 36 of 42 10. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 11. Air Void Control a. General 1) Compact dense -graded hot -mix asphalt to contain from 5 percent to 9 percent in -place air voids. 2) Do not increase the asphalt content of the mixture to reduce pavement air voids. b. Rollers 1) Furnish the type, size, and number of rollers required for compaction, as approved. 2) Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the Drawings. 3) Use additional rollers as required to remove any roller marks. c. Air Void Determination 1) Unless otherwise shown on the Drawings, obtain 2 roadway specimens at each location selected by the City for in -place air void determination. 2) The City will measure air voids in accordance with Tex-207-F and Tex-227-F. 3) Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. 4) The City will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. d. Air Voids Out of Range 1) If the in -place air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in -place air void content within requirements. e. Test Section 1) Construct a test section of 1 lane -width and at most 0.2 miles in length to demonstrate that compaction to between 5 percent and 9 percent in -place air voids can be obtained. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 321216-37 ASPHALT PAVING Page 37 of 42 1 2) Continue this procedure until a test section with 5 percent to 9 2 percent in -place air voids can be produced. 3 3) The City will allow only 2 test sections per day. 4 4) When a test section producing satisfactory in -place air void content 5 is placed, resume full production. 6 12. Ordinary Compaction Control 7 a. Furnish the type, size, and number of rollers required for compaction, as 8 approved. Furnish at least 1 medium pneumatic -tire roller (minimum 9 12-ton weight). 10 b. Use the control strip method given in Tex-207-F, Part IV, to establish 11 rolling patterns that achieve maximum compaction. 12 c. Follow the selected rolling pattern unless changes that affect 13 compaction occur in the mixture or placement conditions. 14 d. When such changes occur, establish a new rolling pattern. 15 e. Compact the pavement to meet the requirements of the Drawings and 16 specifications. 17 f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first 18 rolling the joint with the adjacent pavement and then continue by rolling 19 longitudinally at the sides. 20 g. Proceed toward the center of the pavement, overlapping on successive 21 trips by at least 1 ft., unless otherwise directed. 22 h. Make alternate trips of the roller slightly different in length. 23 i. On superelevated curves, begin rolling at the low side and progress 24 toward the high side unless otherwise directed. 25 G. Irregularities 26 1. Identify and correct irregularities including, but not limited to segregation, 27 rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular 28 texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, 29 or broken aggregate particles. 30 2. The City may also identify irregularities, and in such cases, the City shall 31 promptly notify the Contractor. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-38 ASPHALT PAVING Page 38 of 42 1 3. If the City determines that the irregularity will adversely affect pavement 2 performance, the City may require the Contractor to remove and replace (at 3 the Contractor's expense) areas of the pavement that contain the 4 irregularities and areas where the mixture does not bond to the existing 5 pavement. 6 4. If irregularities are detected, the City may require the Contractor to 7 immediately suspend operations or may allow the Contractor to continue 8 operations for no more than 1 day while the Contractor is taking appropriate 9 corrective action. 10 5. The City may suspend production or placement operations until the problem 11 is corrected. 12 6. At the expense of the Contractor and to the satisfaction of the City, remove 13 and replace any mixture that does not bond to the existing pavement or that 14 has other surface irregularities identified above. 15 3.5 REPAIR 16 A. See Section 32 01 17. 17 3.6 QUALITY CONTROL 18 A. Production Testing 19 1. Perform production tests to verify asphalt paving meets the performance 20 standard required in the Drawings and specifications. 21 2. City to measure density of asphalt paving with nuclear gauge. 22 3. City to core asphalt paving from the normal thickness of section once 23 acceptable density achieved. City identifies location of cores. 24 a. Minimum core diameter: 4 inches 25 b. Minimum spacing: 200 feet 26 c. Minimum of 1 core every block 27 d. Alternate lanes between core 28 4. City to use cores to determine pavement thickness and calculate 29 theoretical density. 30 a. City to perform theoretical density test a minimum of 1 per day per 31 street. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-39 ASPHALT PAVING Page 39 of 42 1 B. Density Test 2 1. The average measured density of asphalt paving must meet specified 3 density. 4 2. Average of measurements per street not meeting the minimum specified 5 strength shall be subject to the money penalties or removal and 6 replacement at the Contractor's expense as show in Table 11. 7 8 Table 11 9 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of Contractor as directed by City. 90 75-percent 91-93 100-percent 94 90-percent 95 75-percent Over 95 remove and replace at the entire cost and expense of Contractor as directed by City. 10 11 3. The amount of penalty shall be deducted from payment due to Contractor. 12 4. These requirements are in addition to the requirements of Article 1.2. 13 C. Pavement Thickness Test 14 1. City measure each core thickness by averaging at least 3 measurements. 15 2. The number of tests and location shall beat the discretion of the City, 16 unless otherwise specified in the special provisions or on the Drawings. 17 3. In the event a deficiency in the thickness of pavement is revealed during 18 production testing, subsequent tests necessary to isolate the deficiency 19 shall be at the Contractor's expense. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 321216-40 ASPHALT PAVING Page 40 of 42 1 4. The cost for additional coring test shall be at the same rate charged by 2 commercial laboratories. 3 5. Where the average thickness of pavement in the area found to be deficient, 4 payment shall be made at an adjusted price as specified in Table 12. 5 CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 20, 2012 1 Table 12 2 Thickness Deficiency Penalties Deficiency in Thickness Determined by Cores Greater Than 0 percent - Not More than 10 percent Greater Than 10 percent - Not More than 15 percent 1 4 5 6 7 8 9 10 11 12 13 14 15 16 Greater Than 15 percent 321216-41 ASPHALT PAVING Page 41 of 42 Proportional Part Of Contract Price 90 percent 80 percent remove and replace at the entire cost and expense of Contractor as directed by City. 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with asphalt paving of the thickness shown on the Drawings. 7. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 321216-42 K ASPHALT PAVING Page 42 of 42 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Modified items to be included in price bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN: 104924 32 13 13- 1 CONCRETE PAVING Pagel of 22 1 SECTION 3213 13 2 CONCRETE PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A.Section includes: 6 1. Finished pavement constructed of Portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 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 - Procurement and Contracting Requirements 12 2. Division 1 - General Requirements 13 3. Section 32 0129 - Concrete Paving Repair 14 4. Section 32 13 73 - Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A.Measurement 17 1. Measurement 18 a. Measurement for this Item shall be by the square yard of completed and 19 accepted Concrete Pavement in its final position as measured from back of curb 20 for various: 21 1) Classes 22 2) Thicknesses 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item will 25 be paid for at the unit price bid per square yard of Concrete Pavement. 26 3. The price bid shall include: 27 a. Shaping and fine grading the placement area 28 b. Furnishing and applying all water required 29 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 30 ingredients including all freight and royalty involved 31 d. Mixing, placing, finishing and curing all concrete 32 e. Furnishing and installing all reinforcing steel 33 f. Furnishing all materials and placing longitudinal, warping, expansion, and 34 contraction joints, including all steel dowels, dowel caps and load transmission 35 units required, wire and devices for placing, holding and supporting the steel 36 bar, load transmission units, and joint filler material in the proper position; for 37 coating steel bars where required by the Drawings 38 g. Sealing joints 39 h. Monolithically poured curb 40 i. Cleanup CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 32 13 13-2 CONCRETE PAVING Page 2 of 22 1.3 REFERENCES 2 A.Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 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. ASTM International (ASTM): 7 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 11 c. C33, Concrete Aggregates 12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 13 Specimens 14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 15 Beams of Concrete 16 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete 17 g. C150, Portland Cement 18 h. C595, Portland -Limestone Cement 19 i. C156, Standard Test Method for Water Loss (from a mortar specimen) Through 20 Liquid Membrane -Forming Curing Compounds for Concrete 21 j. C172, Standard Practice for Sampling Freshly Mixed Concrete 22 k. C260, Air Entraining Admixtures for Concrete 23 1. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 24 in. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 25 n. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 26 Admixture in Concrete 27 o. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 28 Concrete 29 p. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 30 Cement Concrete 31 q. C 1602, Standard Specification for Mixing Water Used in the Production of 32 Hydraulic Cement Concrete. 33 r. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 34 (12,400 ft-lbf/ft3) 35 3. American Concrete Institute (ACI): 36 a. ACI 305.1-14 Specification for Hot Weather Concreting 37 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 38 c. ACI 318, Building Code Requirements for Structural Concrete and Commentary 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 32 13 13-3 CONCRETE PAVING Page 3 of 22 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 CONDITIONS 6 A.Weather Conditions 7 1. Place concrete when concrete temperature is between 40°F and 95°F when 8 measured in accordance with ASTM C1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Concrete paving operations shall be approved by the City project manager or 11 designee when the concrete temperature exceeds 95°F. 12 b. Concrete shall not be placed when concrete temperature is above 100°F under 13 any circumstances. 14 3. Cold Weather Concreting 15 a. No concrete shall be placed when ambient temp in shade and away from 16 artificial heat is below 40OF and falling. Concrete may be placed when ambient 17 temp is above 35OF and rising. Unless the City project manager or designee 18 approves paving to continue, suspend concreting operations if a descending air 19 temperature in the shade and away from artificial heat falls below 40°F. Do not 20 resume concreting operations until an ascending air temperature in the shade and 21 away from artificial heat reaches 35°F and rising. Contractor should take all the 22 precautions necessary to prevent freezing of concrete. Frozen concrete must be 23 removed and replaced. 24 4. It is to be distinctly understood that the contractor is responsible for the quality and 25 strength of the concrete placed under any weather conditions. 26 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 27 pavement in natural light, or as directed by the City. 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 31 2.2 MATERIALS 32 A.Cementitious Material: ASTM C 150, ASTM C595 Type IL Cement. 33 B.Aggregates: ASTM C33. 34 C.Water: ASTM C1602. 35 D.Admixtures: When admixtures are used, conform to the appropriate specification: 36 1. Air -Entraining Admixtures for Concrete: ASTM C260. 37 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 38 3. Fly Ash CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 32 13 13-4 CONCRETE PAVING Page 4 of 22 1 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 2 ASTM C618. 3 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 4 specified cement content when such batch design is approved by the Engineer. 5 E. Steel Reinforcement: ASTM A615. 6 7 8 9 10 11 12 13 14 15 16 17 18 F. Steel Wire Reinforcement: Not used for concrete pavement. G.Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide and install dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be tightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ C-6 Epcon G-5 Pro-Poxy-300 Fast Tube Shep-Poxy TxIII Ultrabond 1300 Tubes Ultrabone 2300 N.S. A-22-2300 Slow Set Dynapoxy EP-430 EDOT ET22 SET 22 SpecPoxy 3000FS Powers Fasteners Ramset-Redhead Ramset-Redhead Unitex CMC Construction Services Adhesives Technology Adhesives Technology Pecora Corp. Simpson Strong Tie Simpson Strong Tie Simpson Strong Tie SpecChem 19 20 b. Epoxy Use, Storage and Handling 21 1) Package components in airtight containers and protect from light and 22 moisture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 32 13 13-5 CONCRETE PAVING Page 5 of 22 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer d) Lot or batch number e) Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H.Reinforcement Bar Chairs 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. I. Joint Filler 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the Drawings or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 WELLING TON M UL TIFAMIL Y CPN.• 104924 32 13 13-6 CONCRETE PAVING Page 6 of 22 1 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 2 Drawings; the width shall be not less than that shown on the Drawings, providing 3 for the top seal space. 4 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 5 requirements of this specification. 6 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 7 K.Curing Materials 8 1. Membrane -Forming Compounds. 9 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 10 compound and be of such nature that it shall not produce permanent 11 discoloration of concrete surfaces nor react deleteriously with the concrete. 12 b. The compound shall produce a firm, continuous uniform moisture -impermeable 13 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 14 concrete. 15 c. It shall, when applied to the damp concrete surface at the specified rate of 16 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 17 normal conditions suitable for concrete operations. 18 d. It shall adhere in a tenacious film without running off or appreciably sagging. 19 e. It shall not disintegrate, check, peel or crack during the required curing period. 20 f. The compound shall not peel or pick up under traffic and shall disappear from 21 the surface of the concrete by gradual disintegration. 22 g. The compound shall be delivered to the job site in the manufacturer's original 23 containers only, which shall be clearly labeled with the manufacturer's name, the 24 trade name of the material and a batch number or symbol with which test 25 samples may be correlated. 26 h. When tested in accordance with ASTM C156 Standard Test Method for Water 27 Loss (from a mortar specimen) Through Liquid Membrane -Forming Curing 28 Compounds for Concrete, the liquid membrane -forming compound shall restrict 29 the loss of water present in the test specimen at the time of application of the 30 curing compound to not more than 0.01-oz.-per-2 inches of surface. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL 33 A.Mix Design 34 1. Concrete Mix Design and Control 35 a. The City has a pre -approved list of concrete mix designs. The pre -approved list 36 can be found on the City website under Project Resources Folder. These mix 37 designs meet the requirements of applicable City specifications and the 38 Contractor may use mix designs from the list without the need for review and 39 approval. The contractor shall notify the City in writing which mix in the pre- 40 approved list the contractor uses for a project. 41 b. For a mix design not included in the pre -approved list, the Contractor shall 42 submit a design of the concrete mix it proposes to use and a full description of 43 the source of supply of each material component at least 10 calendar days prior 44 to the start of concrete paving operations. 45 c. The design of the concrete mix shall produce a quality concrete complying with 46 these specifications and shall include the following information: CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 10, 2022 32 13 13-7 CONCRETE PAVING Page 7 of 22 1 1) Design Requirements and Design Summary 2 2) Material source 3 3) Dry weight of cement/cubic yard and type 4 4) Dry weight of fly ash/cubic yard and type, if used 5 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 6 6) Design water/cubic yard 7 7) Quantities, type, and name of admixtures with manufacturer's data sheets 8 8) Current strength tests or strength tests in accordance with ACI 318 9 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 10 and date of tests 11 10) Fineness modulus of fine aggregate 12 11) Specific Gravity and Absorption Values of fine and coarse aggregates 13 12) L.A. Abrasion of coarse aggregates 14 d. Once mix design approved by City, maintain intent of mix design and 15 maximum water to cement ratio. 16 e. No concrete may be placed on the job site until the mix design has been 17 approved by the City. 18 2. Quality of Concrete 19 a. Consistency 20 1) In general, the consistency of concrete mixtures shall be such that: 21 a) Mortar shall cling to the coarse aggregate 22 b) Aggregate shall not segregate in concrete when it is transported to the 23 place of deposit 24 c) Concrete, when dropped directly from the discharge chute of the mixer, 25 shall flatten out at the center of the pile, but the edges of the pile shall 26 stand and not flow 27 d) Concrete and mortar shall show no free water when removed from the 28 mixer 29 e) Concrete shall slide and not flow into place when transported in metal 30 chutes at an angle of 30 degrees with the horizontal 31 f) Surface of the finished concrete shall be free from a surface film or 32 laitance 33 2) When field conditions are such that additional moisture is needed for the 34 final concrete surface finishing operation, the required water shall be applied 35 to the surface by hand sprayer only and be held to a minimum amount. 36 3) The concrete shall be workable, cohesive, possess satisfactory finishing 37 qualities and be of the stiffest consistency that can be placed and vibrated into 38 a homogeneous mass. 39 4) Excessive bleeding shall be avoided. 40 5) If the strength or consistency required for the class of concrete being 41 produced is not secured with the minimum cement specified or without 42 exceeding the maximum water/cement ratio, the Contractor may use, or the 43 City may require, an approved cement dispersing agent (water reducer); or 44 the Contractor shall furnish additional aggregates, or aggregates with 45 different characteristics, or the Contractor may use additional cement in 46 order to produce the required results. 47 6) The additional cement may be permitted as a temporary measure, until 48 aggregates are changed and designs checked with the different aggregates 49 or cement dispersing agent. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 32 13 13-8 CONCRETE PAVING Page 8 of 22 1 7) The Contractor is solely responsible for the quality of the concrete 2 produced. 3 8) The City reserves the right to independently verify the quality of the 4 concrete through inspection of the batch plant, testing of the various 5 materials used in the concrete and by casting and testing concrete cylinders 6 or beams on the concrete actually incorporated in the pavement. 7 b. Standard Class 8 1) Unless otherwise shown on the Drawings or detailed specifications, the 9 standard class for pavement and related concrete for streets and alleys is 10 shown in the following table: 11 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 32 13 13-9 CONCRETE PAVING Page 9 of 22 Standard Classes of Pavement and Related Concrete 28 Day Course Minimum Min. Aggregat Class ofMax.ax Cementitiou Compressi e General Usage Concrete s ve Maximu (Informational Only) 1 (Lb. /CY) Strength2 Ratio inw/cm (Psi) Size (Inch) Sidewalks and ADA A 470 3,000 0.58 1-1/2 ramps, driveways, curb & gutter, median pavement Inlets, manholes, junction boxes, CIP 470 3.000 0.50 1-1/2 encasement, blocking, collars, light pole foundations C 517 3,600 0.45 1-1/2 Headwalls, wingwalls, culverts, drilled shafts P 517 3,600 0.45 1-1/2 Machine placed Paving H 564 4,500 0.45 1-1/2 Hand Placed Paving HES 564 4,500 0.45 1-1/2 HES Paving Bridge slabs, top slabs of S 564 4,000 0.45 1-1/2 direct traffic culverts, approach slabs 1. All exposed horizontal concrete shall have a minimum of 3% entrained -air. 2. Minimum Compressive Strength Required. a) Concrete Sidewalks and Curb & Gutter: Class A b) Cast -In -Place Concrete Structures: Class CIP and Class C c) Machine -Laid concrete: Class P d) Hand -Laid concrete: Class H e) Structural Concrete: Class S f) High Early Strength Concrete: Class HES (1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leave outs to traffic. (2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. C. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement and Related Concrete Slump Requirements Add classes of concrete Concrete Use CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 Recommended Acceptable Design Placement Slump, and Placement (Inch) Slump, WELLING TON M UL TIFAMIL Y CPN.• 104924 321313 -10 CONCRETE PAVING Page 10 of 22 (Inch) Slip-Form/Form-Riding Paving 1-1/2 1-3 Hand Formed Paving 4 3-5 Headwalls, wingwalls, culverts, inlets, manholes, junction boxes, encasement, blocking, collars, light pole foundations, slabs, sidewalk, curb and gutter, concrete 4 3-5 valley gutter and other miscellaneous concrete Drilled shafts 61/2 51/2 — 71/2 1 2 2) No concrete shall be permitted with slump in excess of the maximums 3 shown. 4 3) Any concrete mix failing to meet the above consistency requirements, 5 although meeting the slump requirements, shall be considered unsatisfactory, 6 and the mix shall be changed to correct such unsatisfactory conditions. 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.Equipment 13 1. All equipment necessary for the construction of this item shall be on the project. 14 2. The equipment shall include spreading devices (augers), internal vibration, 15 tamping, and surface floating necessary to finish the freshly placed concrete in such 16 a manner as to provide a dense and homogeneous pavement. 17 3. Machine -Laid Concrete Pavement 18 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms 19 that are uniformly supported on a sufficiently firm subbase to prevent sagging 20 under the weight of machine. 21 b. Slip -Form Paver 22 1) Slip -form paving equipment shall be provided with traveling side forms of 23 sufficient dimensions, shape and strength so as to support the concrete 24 laterally for a sufficient length of time during placement. 25 2) City may reject use of Slip -Form Paver if paver requires over -digging and 26 impacts trees, mailboxes or other improvements. 27 4. Hand -Laid Concrete Pavement 28 a. Machines that do not incorporate these features, such as roller screeds or 29 vibrating screeds, shall be considered tools to be used in hand -laid concrete 30 construction, as slumps, spreading methods, vibration, and other procedures are 31 more common to hand methods than to machine methods. 32 5. City may reject equipment and stop operation if equipment does not meet 33 requirements. 34 B.Concrete Mixing and Delivery CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 32 13 13- 11 CONCRETE PAVING Page 11 of 22 1 1. Transit Batching: shall not be used — onsite mixing not permitted 2 2. Ready Mixed Concrete 3 a. The concrete shall be produced in an approved method conforming to the 4 requirements of this specification and ASTM C94/C94M. 5 b. City shall have access to ready mix plant to obtain material samples. 6 c. When ready -mix concrete is used, sample concrete per ASTM C172 Alternate 7 Procedure 2: 8 1) As the mixer is being emptied, individual samples shall be taken after the 9 discharge of approximately 10 percent and 90 percent of the load. 10 2) The method of sampling shall provide that the samples are representative of 11 widely separated portions, but not from the very ends of the batch. 12 d. The mixing of each batch, after all materials are in the drum, shall continue until 13 it produces a thoroughly mixed concrete of uniform mass as determined by 14 established mixer performance ratings and inspection, or appropriate uniformity 15 tests as described in ASTM C94. 16 e. The entire contents of the drum shall be discharged before any materials are 17 placed therein for the succeeding batch. 18 f. Retempering or remixing shall not be permitted. 19 3. Delivery 20 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 21 City to prevent cold joint. 22 4. Delivery Tickets 23 a. For all operations, the manufacturer of the concrete shall, before unloading, 24 furnish to the purchaser with each batch of concrete at the site a delivery ticket 25 on which is printed, stamped, or written, the following information to determine 26 that the concrete was proportioned in accordance with the approved mix design: 27 1) Name of concrete supplier 28 2) Serial number of ticket 29 3) Date 30 4) Truck number 31 5) Name of purchaser 32 6) Specific designation of job (name and location) 33 7) Specific class, design identification and designation of the concrete in 34 conformance with that employed in job specifications 35 8) Amount of concrete in cubic yards 36 9) Time loaded or of first mixing of cement and aggregates 37 10) Water added by receiver of concrete 38 11) Type and amount of admixtures 39 C.Subgrade 40 1. When manipulation or treatment of subgrade is required on the Drawings, the work 41 shall be performed in proper sequence with the preparation of the subgrade for 42 pavement. 43 2. The roadbed shall be excavated and shaped in conformity with the typical sections 44 and to the lines and grades shown on the Drawings or established by the City. 45 3. All holes, ruts and depressions shall be filled and compacted with suitable material 46 and, if required, the subgrade shall be thoroughly wetted and reshaped. 47 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 48 corrected. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 321313 -12 CONCRETE PAVING Page 12 of 22 1 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 2 density as determined by ASTM D698. 3 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 4 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 5 pavement to ensure its being in a firm and moist condition. 6 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 7 of the work. 8 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 9 place concrete pavement. 10 10. After the specified moisture and density are achieved, the Contractor shall maintain 11 the subgrade moisture and density in accordance with this Section. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 11. In the event that rain or other conditions may have adversely affected the condition of the subgrade or base, additional tests may be required as directed by the City. D.Placing and Removing Forms 1. Placing Forms a. Forms for machine -laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. 5) Forms shall be set to line and grade at least 200 feet, where practicable, in advance of the paving operations. 6) In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand -laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 321313- 13 CONCRETE PAVING Page 13 of 22 1 3. Cleaning. Forms shall be thoroughly cleaned after each use. 2 4. Removal. 3 a. Forms shall remain in place until the concrete has taken its final set. 4 b. Avoid damage to the edge of the pavement when removing forms. 5 c. Repair damage resulting from form removal and honeycombed areas with a 6 mortar mix within 24 hours after form removal unless otherwise approved. 7 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 8 after a bulkhead for a transverse construction joint has been removed unless 9 otherwise approved. 10 e. When forms are removed before 72 hours after concrete placement, promptly 11 apply membrane curing compound to the edge of the concrete pavement. 12 E. Placing Reinforcing Steel, Tie, and Dowel Bars 13 1. General 14 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as 15 shown on the Drawings. 16 b. All reinforcing steel shall be clean, free from rust in the form of loose or 17 objectionable scale, and of the type, size and dimensions shown on the 18 Drawings. 19 c. Reinforcing bars shall be securely wired together at the alternate intersections 20 and all splices and shall be securely wired at each intersection dowel and load- 21 transmission unit intersected. 22 d. All bars shall be installed in their required position as shown on the Drawings. 23 e. The storing of reinforcing or structural steel on completed roadway slabs 24 generally shall be avoided and, where permitted, such storage shall be limited to 25 quantities and distribution that shall not induce excessive stresses. 26 2. Splices 27 a. Provide standard reinforcement splices by lapping and tying ends. 28 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 29 the Drawings. 30 3. Installation of Reinforcing Steel 31 a. All reinforcing bars and bar mats shall be installed in the slab at the required 32 depth below the finished surface and supported by and securely attached to bar 33 chairs installed on prescribed longitudinal and transverse centers as shown by 34 sectional and detailed drawings on the Drawings. 35 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 36 on the Drawings and shall be approved by the City prior to extensive fabrication. 37 c. After the reinforcing steel is securely installed above the subgrade as specified 38 in Drawings and as herein prescribed, no loading shall be imposed upon the bar 39 mats or individual bars before or during the placing or finishing of the concrete. 40 4. Installation of Dowel Bars 41 a. Install through the predrilled joint filler and rigidly support in true horizontal 42 and vertical positions by an assembly of bar chairs and dowel baskets. 43 b. Dowel Baskets 44 1) The dowels shall be held in position exactly parallel to surface and 45 centerline of the slab, by a dowel basket that is left in the pavement. 46 2) The dowel basket shall hold each dowel in exactly the correct position so 47 firmly that the dowel's position cannot be altered by concreting operations. 48 c. Dowel Caps CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3213 13-14 CONCRETE PAVING Page 14 of 22 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. Grease bar before adding cap to prevent bonding with the concrete. 5. Tie Bar and Dowel Placement a. Place at mid -depth of the pavement slab, parallel to the surface. b. Place as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrounding structures. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 1. Joints shall be placed where shown on the Drawings or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. Expansion joints shall continue to the farthest outside edge of paving and adjacent slabs, and should extend through monolithic or attached curbs so that there is no restriction to the movement of the joint at any point. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall not restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 32 13 13- 15 CONCRETE PAVING Page 15 of 22 1 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 2 approved by the City. 3 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 4 approved by the City, and shall be installed at the specified spacing. 5 d. Saw joints in a single cut to the width and depth the plans show. Begin sawing 6 as soon as the concrete hardens sufficiently to prevent excessive raveling along 7 the saw cut and finish before conditions induce uncontrolled cracking. 8 e. The joints shall be constructed by sawing to a 1/4 - inch width and to a depth of 9 1/4 of the actual pavement thickness, or deeper if so indicated on the Drawings. 10 f. Complete sawing as soon as possible in hot weather conditions and within a 11 maximum of 24 hours after saw cutting begins under cool weather conditions. 12 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 13 the point where some raveling is observed. 14 h. Damage by blade action to the slab surface and to the concrete immediately 15 adjacent to the joint shall be minimized. 16 i. Any portion of the curing membrane which has been disturbed by sawing 17 operations shall be restored by spraying the areas with additional curing 18 compound. 19 7. Transverse Construction Joints 20 a. Construction joints formed at the close of each day's work or when the placing 21 of concrete has been interrupted for 30-minutes or longer shall be constructed 22 by use of metal or wooden bulkheads cut true to the section of the finished 23 pavement and cleaned. 24 b. Wooden bulkheads shall be constructed using material of a thickness not less 25 than nominal 2" lumber. 26 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 27 surface and at right angles to the centerline of the pavement. 28 d. Edges shall be rounded to 1/4-inch radius. 29 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 30 the work. 31 8. Longitudinal Construction Joints 32 a. Longitudinal construction joints shall be of the type shown on the Drawings. 33 9. Joint Filler 34 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 35 Drawings. 36 b. Redwood Board joints shall be used for all pavement joints except for 37 expansion joints that are coincident with a butt joint against existing 38 pavements. 39 c. Boards with less than 25-percent of moisture at the time of installation shall be 40 thoroughly wetted on the job. 41 d. Green lumber of much higher moisture content is desirable and acceptable. 42 c. The joint filler shall be appropriately drilled to admit the dowel bars when 43 required. 44 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 45 slab. The top edge shall be held not less than 1/2 inch below the finished 46 surface of the pavement in order to allow the finishing operations to be 47 continuous. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 321313- 16 CONCRETE PAVING Page 16 of 22 1 g. The joint filler may be composed of more than one length of board in the 2 length of joint, but no board of a length less than 6 foot may be used unless 3 otherwise shown on the Drawings. 4 h. After the removal of the side forms, the ends of the joints at the edges of the 5 slab shall be carefully opened for the entire depth of the slab. 6 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 7 and as specified in Section 32 13 73. Materials shall generally be handled and 8 applied according to the manufacturer's recommendations as specified in Section 9 32 13 73. 10 G.Placing Concrete 11 1. Unless otherwise specified in the Drawings, the finished pavement shall be 12 constructed monolithically and constructed by machined laid method unless 13 impractical. The City will make determination of what is practical. The maximum 14 length of concrete lane that can be placed by hand pouring is 50 linear feet. 15 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 16 shall be distributed to the required depth and for the entire width of the pavement 17 by approved methods. 18 3. Any concrete not placed as herein prescribed within the time limits in the following 19 table will be rejected. Time begins when the water is added to the mixer. 20 Temperature — Time Requirements Concrete Temperature Max Time — minutes Max Time — minutes (at point of placement) (no retarding agent) (with retarding agent)' Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F 45 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 21 1 Normal dosage of retarder. 22 23 4. Rakes shall not be used in handling concrete. 24 5. At the end of the day, or in case of unavoidable interruption or delay of more than 25 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 26 placed in accordance with 3.4.F.7 of this Section. 27 6. Honeycombing 28 a. Special care shall be taken in placing and vibrating the concrete against the 29 forms and at all joints and assemblies so as to prevent honeycombing Concrete 30 shall be uniformly consolidated throughout its width and depth, free from honey 31 combed areas, and has a consistent void -free closed surface. 32 b. Excessive voids and honeycombing in the edge of the pavement, revealed by the 33 removal of the side forms, may be cause for rejection of the section of slab in 34 which the defect occurs. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 321313 -17 CONCRETE PAVING Page 17 of 22 1 H.Finishing 2 1. Machine 3 a. Tolerance Limits 4 1) While the concrete is still workable, it shall be tested for irregularities with 5 a 10-foot straightedge placed parallel to the centerline of the pavement so as 6 to bridge depressions and to touch all high spots. 7 2) Ordinates measured from the face of the straightedge to the surface of the 8 pavement shall at no place exceed l/16 inch -per -foot from the nearest point of 9 contact. 10 3) In no case shall the maximum ordinate to a 10-foot straightedge be greater 11 than 1/8 inch. 12 4) Any surface not within the tolerance limits shall be reworked and 13 refinished. 14 b. Edging 15 1) The edges of slabs and all joints requiring edging shall be carefully tooled 16 with an edger of the radius required by the Drawings at the time the concrete 17 begins to take its "set" and becomes non -workable. 18 2) All such work shall be left smooth and true to lines. 19 2. Hand 20 a. Hand finishing permitted only in intersections and areas inaccessible to a 21 finishing machine. 22 b. When the hand method of striking off and consolidating is permitted, the 23 concrete, as soon as placed, shall be approximately leveled and then struck off 24 with screed bar to such elevation above grade that, when consolidated and 25 finished, the surface of the pavement shall be at the grade elevation shown on 26 the Drawings. 27 28 C. The straightedge and joint finishing shall be as prescribed herein. 29 I. Curing 30 1. The curing of concrete pavement shall be thorough and continuous throughout the 31 entire curing period. 32 2. Failure to provide proper curing as herein prescribed shall be considered as 33 sufficient cause for immediate suspension of the paving operations. 34 3. The curing method as herein specified does not preclude the use of any of the other 35 commonly used methods of curing, and the City may approve another method of 36 curing if so requested by the Contractor. 37 4. If any selected method of curing does not afford the desired results, the City shall 38 have the right to order that another method of curing be instituted. 39 5. After removal of the side forms, the sides of the slab shall receive a like coating 40 before earth is banked against them. 41 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 42 as to cover the entire surfaces thoroughly and completely with a uniform film. 43 7. The rate of application shall be such as to ensure complete coverage and shall not 44 exceed 20-square-yards-per-gallon of curing compound. 45 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 46 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 47 curing period. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 32 13 13- 18 CONCRETE PAVING Page 18 of 22 1 9. If for any reason the seal is broken during the curing period, it shall be immediately 2 repaired with additional sealing solution. 3 10. When tested in accordance with ASTM C156 Standard Test Method for Water Loss 4 (from a mortar specimen) Through Liquid Membrane -Forming Curing Compounds 5 for Concrete, the curing compound shall provide a film which shall have retained 6 within the test specimen a percentage of the moisture present in the specimen when 7 the curing compound was applied according to the following. 8 11. Contractor shall maintain and properly repair damage to curing materials on 9 exposed surfaces of concrete pavement continuously for a least 72 hours. 10 J. Monolithic Curbs 11 1. Concrete for monolithic curb shall be the same as for the pavement and shall be 12 placed within 20 minutes of the placement of the slab concrete. 13 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 14 shall be thoroughly worked to achieve an acceptable surface finish. 15 3. The exposed edges shall be rounded by the use of an edging tool to the radius 16 indicated on the Drawings. 17 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 18 K.Pavement Leaveouts 19 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 20 provided at location indicated on the Drawings or as directed by the City. 21 2. The extent and location of each leaveout required and a suitable crossover 22 connection to provide for traffic movements shall be determined in the field by the 23 City. 24 3.5 REPAIR 25 A.Repair of concrete pavement concrete shall be consistent with the Drawings and as 26 specified in Section 32 0129. 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 SITE QUALITY CONTROL 29 A.Concrete Placement 30 1. Place concrete using a fully automated paving machine. Hand paving is only 31 permitted in areas such as intersections where use of paving machine is not 32 practical. 33 a. All concrete pavement not placed by hand shall be placed using a fully 34 automated paving machine as approved by the City. 35 b. Screeds are considered hand placement paving method. 36 B.Testing of Materials 37 1. Samples of all materials for testing shall be provided by the contractor at no 38 expense to the City, unless otherwise specified in the special provisions or in the 39 Drawings. 40 2. In the event the initial sampling and testing does not comply with the specifications, 41 all subsequent testing of the material in order to determine if the material is 42 acceptable shall be at the Contractor's expense at the same rate charged by the 43 commercial laboratories. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 321313 -19 CONCRETE PAVING Page 19 of 22 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician must be ACI certified or equivalent. C.Pavement Thickness Test 1. Pavement thickness test shall be performed by a commercial testing laboratory approved by the City every 100 feet or fraction thereof in accordance with TxDOT Designation: Tex-423-A, unless otherwise shown on the plans. Test locations shall be at the discretion of the City. 2. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, core samples shall be taken at the contractor's expense to verify deficiency of more than 0.2 in. from plan thickness and to isolate the deficient area. 3. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50-inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional Part Determined by Cores 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 4. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. 5. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 7. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced with concrete of the thickness shown on the Drawings at the Contractor's sole expense. 8. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. D.Pavement Strength Test 1. During the progress of the work the commercial testing laboratory casts test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 3213 13 - 20 CONCRETE PAVING Page 20 of 22 1 2. Test cylinders shall be taken from a representative portion of concrete being placed 2 for every 150-cubic yards of concrete pavement placed, but in no case shall fewer 3 than 1 set of cylinders be taken per day of placement. After the cylinders have been 4 cast, they shall remain on the job site and then transported, moist cured, and tested 5 in accordance with ASTM C31 and ASTM C39. 6 3. In each set, one of the cylinders shall be tested at 7 days (3 days for HES concrete), 7 two cylinders shall be tested at 28 days (three cylinders for 4" by 8" cylinders), and 8 the remaining cylinder shall be retained for testing at 56 days, if necessary. 9 Concrete must attain its design strength within 56 days. The 4" by 8" cylinders are 10 acceptable only when the nominal maximum aggregate size of the mix is less than 11 1-1/4 inch. 12 4. If the average 28-day test results indicate deficient strength, the Contractor may, at 13 its option and expense, core the pavement in question and have the cores tested by 14 an approved laboratory in accordance with ASTM C42 and ACI 318 protocol. The 15 average of all cores must meet 100 percent of the minimum specified strength, with 16 no individual core resulting in less than 90 percent of design strength, in order to 17 override the results of the cylinder tests. 18 5. In the event cylinders and/or cores do not meet minimum specified strength, 19 additional cores may be taken to identify the limits of deficient concrete pavement 20 at the expense of the Contractor. 21 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 22 meeting the minimum specified strength shall be subject to the money penalties or 23 removal and placement at the Contractor's expense as shown in the following table. 24 Percent Deficient Greater Than 0 percent - Not More Than 10 percent Greater Than 10 percent - Not More Than 15 percent Greater Than 15 percent Percent of Contract Price Allowed 90-percent 80-percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 25 26 7. Deficiency shall be determined on a panel by panel basis. 27 8. The amount of penalty shall be deducted from payment due to Contractor 28 9. No additional payment over the contract unit price shall be made for any pavement 29 with a strength exceeding that required by the Drawings and/or specifications. 30 E. Cracked Concrete Acceptance Policy 31 1. If cracks exist in concrete pavement upon completion of the project, the Project 32 Inspector shall decide as to the need for action to address the cracking as to its 33 cause and recommended remedial work. 34 2. If the recommended remedial work is routing and sealing of the cracks to protect 35 the subgrade, the Inspector shall make the determination as to whether to rout and 36 seal the cracks at the time of final inspection and acceptance or at any time prior to 37 the end of the project maintenance period. The Contractor shall perform the routing 38 and sealing work as directed by the Project Inspector, at no cost to the City, 39 regardless of the cause of the cracking. 40 3. If remedial work beyond routing and sealing is determined to be necessary, the 41 Inspector and the Contractor shall meet to determine the cause of the cracking. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 32 13 13-21 CONCRETE PAVING Page 21 of 22 1 a. If agreement is reached that the cracking is due to deficient materials or 2 workmanship, the Contractor shall perform the remedial work at no cost to the 3 City. Remedial work in this case shall be limited to removing and replacing the 4 deficient work with new material and workmanship that meets the requirements 5 of the contract. 6 b. If the Inspector and the Contractor agree that the cause of the cracking is not 7 deficient materials or workmanship, the City may request the Contractor to 8 provide an estimate of the cost of the necessary remedial work and/or additional 9 work to address the cause of the cracking, and the Contractor will perform that 10 work at the agreed -upon price if the City elects to do so. 11 4. If the Inspector and the Contractor cannot agree on the cause of the cracking, the 12 City may hire an independent geotechnical engineer, acceptable to the Contractor, 13 to perform testing and analysis to determine the cause of the cracking. The 14 contractor shall pay 50 percent of the costs of the independent testing. Contractor 15 shall provide one half of the estimated costs of the independent testing to be held by 16 the City. 17 5. If the independent geotechnical engineer determines that the primary cause of the 18 cracking is the Contractor's deficient material or workmanship, the remedial work 19 will be performed at the Contractor's entire expense and the Contractor will also 20 reimburse the City for the City's portion of cost of the geotechnical investigation. 21 Remedial work in this case shall be limited to removing and replacing the deficient 22 work with new material and workmanship that meets the requirements of the 23 contract. 24 6. If the geotechnical engineer determines that the primary cause of the cracking is not 25 the Contractor's deficient material or workmanship, the City will return the held 26 funds to the Contractor. The Contractor, on request, will provide the City an 27 estimate of the costs of the necessary remedial work and/or additional work and 28 will perform the work at the agreed -upon price as directed by the City. 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 A.No concrete washout, mix, slurry, cuts, mud or solids etc., may enter the storm water 33 system including curb lines. Equipment washout allowed only in areas shown on 34 drawings and test materials or slag must be removed from site prior to final acceptance. 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3213 13-22 CONCRETE PAVING Page 22 of 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.D — Modified to clarify acceptable fly ash substitution in concrete paving 1.1 LA — modified to clarify concrete placement temperature restrictions Zelalem 2AA, B, D — to clarify concrete quality control process and requirements 03/19/2021 Arega/Doug 3.7. C & D - to modify and clarify the pavement strength test and change in Black pavement thickness measurement methodology 3.7.E — Modified to clarify cracked concrete acceptance policy 3/11/2022 Zelalem Arega 1.3.A.h, 2.2 — Added ASTM C595, Type IL cement 6/10/2022 M Owen 3.4 G. 1. — Clarified language re: machine laid vs. hand poured CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 -1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 9 SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Concrete sidewalks 2. Driveways 3. Barrier free ramps B.Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position for various: a) Thicknesses b) Types b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9. 2022 WELLINGTON MULTIFAMILY CPN: 104924 -2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 9 1 1) The work performed and materials furnished in accordance with this 2 Item and measured as provided under "Measurement" will be paid for 3 at the unit price bid per square foot of Concrete Sidewalk. 4 c. The price bid shall include: 5 1) Excavating and preparing the subgrade 6 2) Furnishing and placing all materials 7 3) Thickened edge under sidewalk limits, if adjacent to curb or retaining 8 wall 0 10 2. Concrete Curb at Back of Sidewalk (6 to 12-inch max) 11 a. Measurement 12 1) Measurement for this Item shall be by the linear foot of completed 13 and accepted Concrete Curb at the Back of Sidewalk within the 6 to 14 12-inch curb height at back of walk in its final position. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this 17 Item and measured as provided under "Measurement" will be paid for 18 at the unit price bid per linear foot of Concrete Curb at the Back of 19 Sidewalk. 20 c. The price bid shall include: 21 1) Excavating and preparing the subgrade 22 2) Furnishing and placing all materials, including concrete and 23 reinforcing steel 24 3) Excavation in back of "retaining" curb 25 4) Furnishing, placing, and compacting backfill 26 3. Concrete Driveway 27 a. Measurement 28 1) Measurement for this Item shall be by the square foot of completed 29 and accepted Concrete Driveway in its final position for various: 30 a) Thicknesses 31 b) Types CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 9. 2022 -3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 9 1 2) Dimensions will be taken from the back of the projected curb, 2 including the area of the curb radii and will extend to the limits 3 specified in the Drawings. 4 3) Sidewalk portion of drive will be included in driveway measurement. 5 4) Curb on drive will be included in the driveway measurement. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this 8 Item and measured as provided under "Measurement" will be paid for 9 at the unit price bid per square foot of Concrete Driveway. 10 c. The price bid shall include: 11 1) Excavating and preparing the subgrade 12 2) Furnishing and placing all materials 13 3) Temporary asphalt transition at width shown on plans (typically 9 14 inches) when the pavement adjacent to the driveway will be improved 15 16 4. Barrier Free Ramps 17 a. Measurement 18 1) Measurement for this Item shall be per each Barrier Free Ramp 19 completed and accepted for various: 20 a) Types 21 b. Payment 22 1) The work performed and materials furnished in accordance with this 23 Item and measured as provided under "Measurement" will be paid for 24 at the unit price bid per each "Barrier Free Ramp" installed. 25 c. The price bid shall include: 26 1) Excavating and preparing the subgrade 27 2) Furnishing and placing all materials 28 3) Curb Ramp 29 4) Landing and detectable warning surface as shown on the Drawings 30 5) Adjacent flares or side curb CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 9. 2022 -4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 9 1 6) Concrete gutter width along ramp opening 2 7) Doweling into adjacent concrete pavement, if applicable 3 1.3 REFERENCES 4 A.Abbreviations and Acronyms 5 1. TAS — Texas Accessibility Standards 6 2. TDLR — Texas Department of Licensing and Regulation 7 B. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end 10 of this Specification, unless a date is specifically cited. 11 2. American Society for Testing and Materials (ASTM) 12 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 13 Construction (Non -extruding and Resilient Types) 14 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil 15 Using Standard Effort (12,400 ft-Ibf/ft3) 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 A. Mix Design: submit for approval. Section 32 13 13. 20 B.Product Data: submit product data and sample for pre -cast detectable warning 21 for barrier free ramp. 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 CONDITIONS 27 A.Weather Conditions: Placement of concrete shall be as specified in Section 32 28 1313. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 9. 2022 1 1.12 WARRANTY [NOT USED] 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 -5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 9 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B.Concrete: see Section 32 13 13. 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete Cementitious Compressiv Water/ Aggregat Lb./CY e Cementitiou e Strength2 s Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13. 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on -center -both -ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed specifications. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards. b. Pre -molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9. 2022 WELLINGTON MULTIFAMILY CPN: 104924 -6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 9 1 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a 2 mastic mixture of asphalt and vegetable fiber and/or mineral filler. 3 E.Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A.Surface Preparation 11 1. Excavation: Excavation required for the construction of sidewalks, 12 driveways and barrier free ramps shall be to the lines and grades as shown 13 on the Drawings or as established by the City. 14 2. Fine Grading 15 a. The Contractor shall do all necessary filling, leveling and fine grading 16 required to bring the subgrade to the exact grades specified and 17 compacted to at least 90 percent of maximum density as determined by 18 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 23 13. 24 3.4 INSTALLATION 25 A.General 26 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 27 2. Sidewalks constructed in driveway approach sections shall have a minimum 28 thickness equal to that of driveway approach or as called for by Drawings 29 and specifications within the limits of the driveway approach. 30 3. Driveways shall have a minimum thickness of 6 inches. Standard cross- 31 slopes for walks shall be 2 percent max in accordance with current 32 TAS/TDLR guidelines. The construction of the driveway approach shall CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 9. 2022 1 2 3 4 5 6 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 -7 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 7 of 9 include the variable height radius curb or a pan driveway approach in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B.Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. E.Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish for driveways and sidewalks if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at intervals ten times the width of the sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. Saw cutting of joints to the required depth may be desirable on wider sidewalks and is acceptable if approved by the City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9. 2022 WELLINGTON MULTIFAMILY CPN: 104924 -8 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 8 of 9 1 7. When sidewalk is against the curb, expansion joints shall be spaced to 2 match those in the curb, possibly in addition to the required spacing above. 3 G. Barrier Free Ramp 4 1. Furnish and install red color detectable warning surface included in 5 Standard Product List, or approved equal. 6 2. Detectable warning surface shall be a minimum of 24-inch in depth in the 7 direction of pedestrian travel, and extend to the limit of the width of the curb 8 ramp (exclusive of flares), the landing or the blended transition. 9 3. Locate detectable warning surface so that the edge nearest the curb line is 10 at the extension of the back of the curb. 11 4. Detectable warning surface may be curved along the corner radius. 12 5. Install detectable warning surface according to manufacturer's instructions. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL [NOT USED] 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 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. April 29, 2021 M Owen 1.2 A. 4. c. Revise Barrier Free Ramp — Payment Section CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 9. 2022 -9 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 9 of 9 December 9, M Owen 1.2 A. 1.c. and 1.2 A. 3. c. Clarified what is included in bid items for sidewalk 2021 and driveway, respectively 3.4 G. Remove reference to specific DWS and referred to SPL, revised to December 9, M Owen clarify limit of DWS, and revised reference to back of curb for placement of 2022 DWS. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised December 9. 2022 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 321723-1 PAVEMENT MARKINGS Page 1 of 11 5 A.Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 11 e. Preformed Contrast Markings 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B.Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C.Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A.Measurement and Payment 22 1. Pavement Markings 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the unit 28 price bid per linear foot of "Pvmt Marking" installed for: 29 a) Various Widths 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 1) Installation of Pavement Marking 35 2) Glass beads, when required 36 3) Surface preparation 37 4) Clean-up 38 5) Testing (when required) 39 2. Legends 40 a. Measurement 41 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 32 17 23 - 2 PAVEMENT MARKINGS Page 2 of 11 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 "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Preformed Thermoplastic — Contrast Markings a. Measurement 1) Measurement for this Item shall be per linear foot of material placed or per each for legend items b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot or per each for legends for "Preformed Thermoplastic — Contract Markings" installed for: a) Various Widths b) Various Types c) Various Applications c. The price bid shall include: 1) Installation of Contrast Markings, including solid black and solid white or yellow material as preformed 2) Railroad Legend shall include X and RR legend markings and three 24" stop bars 3) Surface preparation 4) Clean-up 5) Testing 4. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker 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 "Raised Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing 5. Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker 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 "Tab Marker" installed for: a) Various types CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 321723-3 PAVEMENT MARKINGS Page 3 of 11 c. The price bid shall include: 1) Installation of Tab Work Zone Markers 6. Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Fire Lane Marking" installed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing 7. Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Pvmt Marking" performed for: a) Various widths c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up 8. Raised Marker Removal a. Measurement 1) Measurement for this Item shall be per each Pavement Marker removed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Remove Raised Marker" performed. c. The price bid shall include: 1) Removal of each Marker 2) Disposal of removed materials 3) Clean-up 9. Legend Removal a. Measurement 1) Measure for this Item shall be per each Legend removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Legend" performed for: a) Various types b) Various applications c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 1 1.3 REFERENCES 2 A.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. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 7 a. Part 3, Markings 8 3. American Association of State Hiahwav and Transportation Officials (AASHTO) 9 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 10 4. Federal Hi2hwav Administration (FHWA) 11 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 12 5. Texas Department of Transportation (TxDOT) 13 a. DMS-4200, Pavement Markers (Reflectorized) 14 b. DMS-4300, Traffic Buttons 15 c. DMS-8220, Hot Applied Thermoplastic 16 d. DMS-8240, Permanent Prefabricated Pavement Markings 17 e. DMS-8241, Removable Prefabricated Pavement Markings 18 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A.Submittals shall be in accordance with Section 0133 00. 22 B.All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE, AND HANDLING 29 A. Storage and Handling Requirements 30 1. The Contractor shall secure and maintain a location to store the material in 31 accordance with Section 01 50 00. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER -SUPPLIED PRODUCTS 36 A.New Products 37 1. Refer to Drawings to determine if there are owner -supplied products for the Project. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 2.2 MATERIALS 2 A.Manufacturers 3 1. Only the manufacturers as listed in the City's Standard Products List will be 4 considered as shown in Section 0160 00. 5 a. The manufacturer must comply with this Specification and related Sections. 6 2. Any product that is not listed on the Standard Products List is considered a 7 substitution and shall be submitted in accordance with Section 0125 00. 8 B.Materials 9 1. Pavement Markings 10 a. Thermoplastic, hot applied, spray 11 1) Refer to Drawings and City Standard Detail Drawings for width of 12 longitudinal lines. 13 2) Product shall be especially compounded for traffic markings. 14 3) When placed on the roadway, the markings shall not be slippery when wet, 15 lift from pavement under normal weather conditions nor exhibit a tacky 16 exposed surface. 17 4) Cold ductility of the material shall permit normal road surface expansion 18 and contraction without chipping or cracking. 19 5) The markings shall retain their original color, dimensions and placement 20 under normal traffic conditions at road surface temperatures of 158 degrees 21 Fahrenheit and below. 22 6) Markings shall have uniform cross-section, clean edges, square ends and no 23 evidence of tracking. 24 7) The density and quality of the material shall be uniform throughout the 25 markings. 26 8) The thickness shall be uniform throughout the length and width of the 27 markings. 28 9) The markings shall be 95 percent free of holes and voids, and free of 29 blisters for a minimum of 60 days after application. 30 10) The material shall not deteriorate by contact with sodium chloride, calcium 31 chloride or other chemicals used to prevent roadway ice or because of the oil 32 content of pavement markings or from oil droppings or other effects of traffic. 33 11) The material shall not prohibit adhesion of other thermoplastic markings if, 34 at some future time, new markings are placed over existing material. 35 a) New material shall bond itself to the old line in such a manner that no 36 splitting or separation takes place. 37 12) The markings placed on the roadway shall be completely retroreflective 38 both internally and externally with traffic beads and shall exhibit uniform 39 retro-directive reflectance. 40 13) Traffic beads 41 a) Manufactured from glass 42 b) Spherical in shape 43 c) Essentially free of sharp angular particles 44 d) Essentially free of particles showing cloudiness, surface scoring or 45 surface scratching 46 e) Water white in color 47 f) Applied at a uniform rate CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 g) Meet or exceed Specifications shown in AASHTO Standard 2 Specification for Glass Beads Used in Pavement Markings, AASHTO 3 Designation: M 247-09. 4 b. Thermoplastic, hot applied, extruded 5 1) Product shall be especially compounded for traffic markings 6 2) When placed on the roadway, the markings shall not be slippery when wet, 7 lift from pavement under normal weather conditions nor exhibit a tacky 8 exposed surface. 9 3) Cold ductility of the material shall permit normal road surface expansion 10 and contraction without chipping or cracking. 11 4) The markings shall retain their original color, dimensions and placement 12 under normal traffic conditions at road surface temperatures of 158 degrees 13 Fahrenheit and below. 14 5) Markings shall have uniform cross-section, clean edges, square ends and no 15 evidence of tracking. 16 6) The density and quality of the material shall be uniform throughout the 17 markings. 18 7) The thickness shall be uniform throughout the length and width of the 19 markings. 20 8) The markings shall be 95 percent free of holes and voids, and free of 21 blisters for a minimum of 60 days after application. 22 9) The minimum thickness of the marking, as measured above the plane 23 formed by the pavement surface, shall not be less than 1/8 inch in the center 24 of the marking and 3/32 inch at a distance of/2 inch from the edge. 25 10) Maximum thickness shall be 3/16 inch. 26 11) The material shall not deteriorate by contact with sodium chloride, calcium 27 chloride or other chemicals used to prevent roadway ice or because of the oil 28 content of pavement markings or from oil droppings or other effects of traffic. 29 12) The material shall not prohibit adhesion of other thermoplastic markings if, 30 at some future time, new markings are placed over existing material. New 31 material shall bond itself to the old line in such a manner that no splitting or 32 separation takes place. 33 13) The markings placed on the roadway shall be completely retroreflective 34 both internally and externally with traffic beads and shall exhibit uniform 35 retro-directive reflectance. 36 14) Traffic beads 37 a) Manufactured from glass 38 b) Spherical in shape 39 c) Essentially free of sharp angular particles 40 d) Essentially free of particles showing cloudiness, surface scoring or 41 surface scratching 42 e) Water white in color 43 f) Applied at a uniform rate 44 g) Meet or exceed Specifications shown in AASHTO Standard 45 Specification for Glass Beads Used in Pavement Markings, AASHTO 46 Designation: M 247-09. 47 c. Preformed Polymer Tape 48 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 49 3M High Performance Tape Series 3801 ES, or approved equal. 50 d. Preformed Heat -Activated Thermoplastic Tape CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 2 mil preformed thermoplastic or approved equal. 3 2. Raised Markers 4 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 5 Control Devices. 6 b. Non -reflective markers shall be Type Y (yellow body) and Type W (white body) 7 round ceramic markers and shall meet or exceed the TxDOT Specification 8 DMS-4300. 9 c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification 10 DMS-4200 for high -volume retroreflective raised markers and be available in 11 the following types: 12 1) Type I-C, white body, 1 face reflects white 13 2) Type 11-A-A, yellow body, 2 faces reflect amber 14 3) Type II-C-R, white body, 1 face reflects white, the other red 15 16 3. Work Zone Markings 17 a. Tabs 18 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 19 of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker Tabs." 20 2) Removable markings shall not be used to simulate edge lines. 21 3) No segment of roadway open to traffic shall remain without permanent 22 pavement markings for a period greater than 14 calendar days. 23 b. Raised Markers 24 1) All raised pavement markers shall meet the requirements of DMS-4200. 25 c. Striping 26 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 27 8200. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL 30 A.Performance 31 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 32 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (mph) :5 30 35 — 50 >: 55 2-lane roads with centerline n/a 100 250 markings only (1) All other roads (2) n/a 50 100 33 (1) Measured at standard 30-m geometry in units ofmcd/m2/lux. 34 (2) Exceptions: 35 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 36 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 37 long as the RRPMs are maintained so that at least 3 are visible from any position along that 38 line during nighttime conditions. 39 B. When continuous roadway lighting assures that the markings are visible, minimum 40 pavement marking retroreflectivity levels are not applicable. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 321723-8 PAVEMENT MARKINGS Page 8 of 11 PART 3 - EXECUTION 2 3.1 EXAMINATION [NOT USED] 3 3.2 PREPARATION 4 A.Pavement Conditions 5 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 6 markings and other forms of contamination. 7 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 8 curing membrane. 9 3. Pavement to which material is to be applied shall be completely dry. 10 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 11 minutes, no condensation develops on the underside of a 1 square foot piece of 12 clear plastic that has been placed on the pavement and weighted on the edges. 13 5. Equipment and methods used for surface preparation shall not damage the 14 pavement or present a hazard to motorists or pedestrians. 15 3.3 INSTALLATION 16 A.General 17 1. The materials shall be applied according to the manufacturer's recommendations. 18 2. Markings and markers shall be applied within temperature limits recommended by 19 the material manufacturer, and shall be applied on clean, dry pavement having a 20 surface temperature above 50 degrees Fahrenheit. 21 3. Markings that are not properly applied due to faulty application methods or being 22 placed in the wrong position or alignment shall be removed and replaced by the 23 Contractor at the Contractor's expense. If the mistake is such that it would be 24 confusing or hazardous to motorists, it shall be remedied the same day of 25 notification. Notification will be made by phone and confirmed by fax. Other 26 mistakes shall be remedied within 5 days of written notification. 27 4. When markings are applied on roadways open to traffic, care will be taken to 28 ensure that proper safety precautions are followed, including the use of signs, 29 cones, barricades, flaggers, etc. 30 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 31 6. Temperature of the material must be equal to the temperature of the road surface 32 before allowing traffic to travel on it. 33 B.Pavement Markings 34 1. Thermoplastic, hot applied, spray 35 a. This method shall be used to install and replace long lines — centerlines, lane 36 lines, edge lines, turn lanes, and dots. 37 b. Markings shall be applied at a 110-mil thickness. 38 c. Markings shall be applied at a 90-mil thickness when placed over existing 39 markings. 40 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 41 e. Typical setting time shall be between 4 minutes and 10 minutes depending upon 42 the roadway surface temperature and the humidity factor. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 2 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 3 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 subparagraph 2A.A.1 of this Specification. 5 2. Thermoplastic, hot applied, extruded 6 a. This method shall be used to install and replace crosswalks and stop -lines. 7 b. Markings shall be applied at a 125-mil thickness. 8 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 9 this Specification. 10 3. Preformed Polymer Tape 11 a. This method shall be used to install and replace crosswalks, stop -lines, and 12 legends. 13 b. The applied marking shall adhere to the pavement surface with no slippage or 14 lifting and have square ends, straight lines and clean edges. 15 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 16 this Specification. 17 4. Preformed Heat -Activated Thermoplastic Tape 18 a. This method shall be used to install and replace crosswalks, stop -lines, and 19 legends. 20 b. The applied marking shall adhere to the pavement surface with no slippage or 21 lifting and have square ends, straight lines and clean edges. 22 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 23 this Specification. 24 C.Raised Markers 25 1. All permanent raised pavement markers on Portland Cement roadways shall be 26 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 27 2. All permanent raised pavement markers on new asphalt roadways may be installed 28 with epoxy or bituminous adhesive. 29 3. A chalk line, chain or equivalent shall be used during layout to ensure that 30 individual markers are properly aligned. All markers shall be placed uniformly 31 along the line to achieve a smooth continuous appearance. 32 D.Work Zone Markings 33 1. Work shall be performed with as little disruption to traffic as possible. 34 2. Install longitudinal markings on pavement surfaces before opening to traffic. 35 3. Maintain lane alignment traffic control devices and operations until markings are 36 installed. 37 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 38 shown on the Drawings. 39 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 40 of a surface treatment, unless otherwise shown on the Drawings. 41 6. Place markings in proper alignment with the location of the final pavement 42 markings. 43 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 44 transverse lines. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 11 1 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 2 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 3 beam automobile headlight. 4 9. The daytime and nighttime reflected color of the markings must be distinctly white 5 or yellow. 6 10. The markings must exhibit uniform retroreflective characteristics. 7 11. Epoxy adhesives shall not be used to work zone markings. 8 3.4 REMOVALS 9 1 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Pavement Marking and Marker Removal a. The industry's best practice shall be used to remove existing pavement markings and markers. b. If the roadway is being damaged during the marker removal, Work shall be halted until consultation with the City. c. Removals shall be done in such a matter that color and texture contrast of the pavement surface will be held to a minimum. d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 1/4 inch in depth resulting from the removal of pavement markings and markers. Driveway patch asphalt emulsion may be broom applied to reseal damage to asphaltic surfaces. e. Dispose of markers in accordance with federal, state, and local regulations. f. Use any of the following methods unless otherwise shown on the Drawings. 1) Surface Treatment Method a) Apply surface treatment at rates shown on the Drawings or as directed. Place a surface treatment a minimum of 2 feet wide to cover the existing marking. b) Place a surface treatment, thin overlay, or microsurfacing a minimum of 1 lane in width in areas where directional changes of traffic are involved or in other areas as directed by the City. 2) Burn Method a) Use an approved burning method. b) For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material prior to blast cleaning. c) When using heat, avoid spalling pavement surfaces. d) Sweeping or light blast cleaning may be used to remove minor residue. 3) Blasting Method a) Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water -injected abrasive blasting, or brush blasting as approved. b) Remove pavement markings on concrete surfaces by a blasting method only. 4) Mechanical Method a) Use any mechanical method except grinding. b) Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 2. If a location is to be paved over, no additional compensation will be allowed for marking or marker removal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 WELLING TON M UL TIFAMIL Y CPN.• 104924 32 17 23 - 11 PAVEMENT MARKINGS Page 11 of 11 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A.All lines must have clean edges, square ends, and be uniform cross-section. 5 B. The density and quality of markings shall be uniform throughout their thickness. 6 C.The applied markings shall have no more than 5 percent, by area, of holes or voids and 7 shall be free of blisters. 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING 11 A.Contractor shall clean up and remove all loose material resulting from construction 12 operations. 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 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language 6/10/22 M Owen 1.1 A and 1.2 A — Revised to address preformed "contrast" pavement markings CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 10, 2022 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 3129 WOOD FENCE AND GATES 323129-1 WOOD FENCE AND GATES Page 1 of 5 5 A. Section Includes 6 1. Construction of wood fences and gates along boundaries, property lines in 7 accordance with the City's Zoning Ordinance. 8 2. On utility projects: 9 a. When existing fence is within the project Site (i.e. parallel to the utility trench 10 and/or within utility easement) and is directly disturbed by construction 11 activities, fencing will be paid for as listed in Article 1.2 below. 12 b. When existing fence is crossing the proposed utility trench, the work performed 13 and materials furnished in accordance with fence replacement will be 14 considered subsidiary to the trench and no other compensation will be allowed. 15 c. When existing fence is outside of the limits of the project Site or is identified as 16 protected on the Drawings and is disturbed and/or by construction activities, 17 replacement will be at the expense of the Contractor and no other compensation 18 will be allowed. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 23 2. Division 1 - General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Measurement 27 a. Measurement for this Item shall be by the linear foot of Wood Fence installed, 28 including gates. 29 2. Payment 30 a. The work performed and materials furnished in accordance with this Item and 31 measured as provided under "Measurement" will be paid for at the unit price 32 bid per linear foot of Wood Fence installed for by height. 33 3. The price bid shall include: 34 a. Furnishing all materials for fence and gates 35 b. All preparation, erection and installation of materials 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this specification refer to the current reference standard 39 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 Society for Testing and Materials (ASTM): CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 323129-2 WOOD FENCE AND GATES Page 2 of 5 1 a. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron 2 and Steel Products 3 b. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon 4 Steel Structural Tubing in Rounds and Shapes 5 c. F 1043, Standard Specification for Strength and Protective Coatings on Steel 6 Industrial Chain Link Fence Framework 7 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 8 (Galvanized) Welded, for Fence Structures 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS 11 A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of 12 components, accessories and post foundations 13 B. Product data: Manufacturer's catalog cuts indicating material compliance and specified 14 options 15 C. Building Permit: All fences over 6 feet 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 [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 PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or equal. 28 2. Post tops may be of aluminum. 29 B. Slats: Redwood or cedar free from all major decay or defects which would weaken or 30 otherwise cause them to be unsuitable for fence slats. 31 C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match existing. 32 D. Corner, Gate, End, or Line Posts 33 1. Wood Posts 34 a. Minimum size: 4-inch x 4-inch cedar wood post or match existing 35 b. Free from all decay, splits, multiple cracks, or any other defect which would 36 weaken the posts or otherwise cause them to be structurally unsuitable for the 37 purpose intended 38 2. Steel Posts 39 a. Steel pipe - Type I CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 323129-3 WOOD FENCE AND GATES Page 3 of 5 1 1) ASTM F 1083 2 2) Standard weight schedule 40 3 3) Minimum yield strength: 30,000 psi 4 4) Sizes as indicated on Drawings 5 5) Hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated surface 6 area. 7 b. Steel pipe - Type II 8 1) ASTM F 1043, Group IC 9 2) Minimum yield strength: 50,000 psi 10 3) Sizes as indicated on Drawings 11 4) Protective coating per ASTM F 1043 12 5) External coating Type B 13 a) Zinc with organic overcoat 14 b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and 15 verifiable polymer film 16 6) Internal coating Type B 17 a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent 18 nominal coating, minimum 3 mils 19 c. Formed steel ("C") sections 20 1) Roll formed steel shapes complying with ASTM F 1043, Group II 21 2) Minimum yield strength: 45,000 psi (310 MPa) 22 3) Sizes as indicated on Drawings 23 4) External coating per ASTM F 1043, Type A 24 a) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 25 d. Steel square sections 26 1) ASTM A 500, Grade B 27 2) Minimum yield strength: 40,000 psi 28 3) Sizes as indicated 29 4) Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area 30 3. Accessories 31 a. Post caps 32 1) Formed steel or cast malleable iron weather tight closure cap for tubular 33 posts. 34 2) Provide one cap for each post. 35 3) Cap to have provision for barbed wire when necessary. 36 4) "C" shaped line post without top rail or barbed wire supporting arms do not 37 require post caps. 38 5) Where top rail is used, provide tops to permit passage of top rail. 39 4. Setting Materials 40 a. Concrete 41 1) Minimum 28 day compressive strength of 3,000 psi 42 2) Bagged concrete allowed. 43 2.3 ACCESSORIES [NOT USED] 44 2.4 SOURCE QUALITY CONTROL [NOT USED] 45 PART 3 - EXECUTION 46 3.1 INSTALLERS [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 323129-4 WOOD FENCE AND GATES Page 4 of 5 1 3.2 EXAMINATION 2 A. Verification of Conditions 3 1. Verify areas to receive fencing are completed to final grades and elevations. 4 2. Ensure property lines and legal boundaries of work are clearly established. 5 3.3 PREPARATION [NOT USED] 6 3.4 INSTALLATION 7 A. Wood Fence Framing 8 1. Steel Posts are required for all required screening fences. 9 2. Locate terminal post at each fence termination and change in horizontal or vertical 10 direction of 30 degrees or more. 11 3. Space line posts uniformly at 10 feet on center. 12 4. Set all posts in concrete. 13 a. Drill holes in firm, undisturbed or compacted soil. 14 b. Drill hole diameter 4 times greater than outside dimension of post (minimum 15 12 inches). 16 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 17 d. Excavate deeper as required for adequate support in soft and loose soils, and 18 for posts with heavy lateral loads. 19 e. Place concrete around posts in a continuous pour. 20 f. Trowel finish around post. Slope to direct water away from posts. 21 5. Check each post for vertical and top alignment, and maintain in position during 22 placement and finishing operations. 23 B. Slats 24 1. Place slats approximately 1 inch above the ground, and on a straight grade between 25 posts by excavating high points of the ground. 26 2. Fasten slats to top and bottom railings with 2 galvanized screws designed for wood 27 fence construction at both the top and bottom rail. 28 3.5 REPAIR/RESTORATION [NOT USED] 29 3.6 RE -INSTALLATION [NOT USED] 30 3.7 FIELD 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 3.14 ATTACHMENTS [NOT USED] 38 END OF SECTION 39 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 323129-5 WOOD FENCE AND GATES Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility proj ects CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 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 3291 19- 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 4 SECTION 32 91 19 TOPSOIL PLACEMENTAND FINISHING OF ROADWAY RIGHT-OF-WAYS PART 1 - GENERAL 1.1 SUMMARY 1. Section Includes: 1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on the Drawings within the Roadway Right -of ways (Roadway ROW includes medians and parkways between the curb and property line. 2. Deviations from this City of Fort Worth Standard Specification 1. None. 3. 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 1. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by cubic yard of Topsoil in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of in place/tamped Topsoil. b. All excavation required by this Item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations involved. 3. The price bid shall include: a. Furnishing Topsoil b. Loading c. Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11. 2022 W LLINGTON MULTIFAMILY CPN: 104924 329119-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 4 1 d. Placing 2 1.3 REFERENCES [NOT USED] 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 ACTION SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 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 [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [OR] OWN ER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 MATERIALS 15 1. Topsoil 16 1. Use easily cultivated, fertile topsoil that: 17 a. Is free from objectionable material including subsoil, weeds, clay lumps, 18 non -soil materials, roots, stumps or stones larger than 1.0 inches 19 b. Has a high resistance to erosion 20 c. Is able to support plant growth 21 2. Secure topsoil from approved sources. 22 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery 23 tickets available upon request. 24 4. pH: 5.5 to 8.5. 25 5. Liquid Limit: 50 or less 26 6. Plasticity Index: 20 or less 27 7. Gradation: maximum of 10 percent passing No. 200 sieve 28 2. Water: Clean and free of industrial wastes and other substances harmful to the 29 growth of vegetation CITY OF FORT WORTH W LLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised March 11. 2022 329119-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 4 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 PREPARATION [NOT USED] 6 3.4 INSTALLATION 7 1. Finishing of Roadway Right -of -Ways 8 1. Smoothly shape right-of-ways, shoulders, slopes, and ditches. 9 2. Cut right-of-ways to finish grade prior to the placing of any improvements in 10 or adjacent to the roadway. 11 3. In the event that unsuitable material for right-of-ways is encountered, extend 12 the depth of excavation in the right-of-ways to 6 inches and backfill with 13 minimum of 3 inches of topsoil. 14 4. Make standard right-of-ways grade perpendicular to and draining to the curb 15 line. 16 a. Minimum: 1/4 inch per foot 17 b. Maximum:4:1 18 c. City may approve variations from these requirements in special cases. 19 5. Whenever the adjacent property is lower than the design curb grade and 20 runoff drains away from the street, the right-of-ways grade must be set level 21 with the top of the curb. 22 6. The design grade from the right-of-ways extends to the back of the walk 23 line. 24 7. From that point (behind the walk), the grade may slope up or down at 25 maximum slope of 4:1. 26 2. Placing of Topsoil 27 1. Spread the topsoil to a uniform loose cover at the thickness specified. 28 2. Place and shape the topsoil as directed. 29 a. Hand tamp or roll topsoil surface (with hand tamper or landscaping roller 30 or other accepted method) and finish a minimum of 5 feet from all 31 flatwork. CITY OF FORT WORTH W LLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised March 11. 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 W:3 329119-4 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 4 of 4 b. Ensure topsoil is free from objectionable material including subsoil, weeds, clay lumps, non -soil materials, roots, stumps or stones larger than 1.0 inches C. No additional topsoil should be added within the critical root zone of trees. Tamp the topsoil with a light roller or other suitable equipment. 3.5 REPAIR/RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/11/2022 M Owen Revised title of specification and provided clarifications in Sections 1.1 Summary, 2.2 Materials, 3.4 Installation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11. 2022 W LLINGTON MULTIFAMILY CPN: 104924 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 SECTION 32 92 13 SODDING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 3292 13- 1 SODDING Page 1 of 10 1. Furnishing and installing grass sod as shown on Drawings, or as directed. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 10 00 — Site Clearing 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 5. Section 32 84 23 - Irrigation 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Sod Placement a. Measurement 1) Measurement for this Item shall be by the square yard of Sod complete in place for uniform vegetative coverage. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Sod placed. c. The price bid shall include: 1) Surface preparation, scarifying subgrade, cleaning, and fine grading as described in section 3.3 Preparation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WELLINGTON MULTIFAMILY CPN: 104924 329213-2 SODDING Page 2 of 10 1 2) Furnishing and placing all sod (until established complete in place 2 with no gaps or overlaps) 3 3) Rolling and tamping 4 4) Watering (until established) 5 5) Fertilizer, if required by City to be determined by soil test 6 6) Disposal of surplus materials off site or as directed by City 7 7) Weed removal (until established) 8 8) Mowing of two cycles, beginning at thirty (30) days from installation or 9 when blade height is 4" or greater, whichever comes first 10 9) Mowing cycles shall be spaced a minimum of ten (10) days apart 11 (until established) 12 d. Exceptions to c. include the following for areas to be turned over to 13 adjacent properties for maintenance: 14 1) Sod shall be watered until turned over to adjacent property owner for 15 maintenance 16 2) Fertilization will not be required 17 3) Mowing not required for projects in areas where maintenance will be 18 immediately turned over to adjacent property owners 19 2. Mowing 20 a. Measurement 21 1) Measurement for this Item shall be per each for the project, beyond 22 the two (2) mow cycles included in sodding price, as approved and 23 directed by the City 24 b. Payment 25 1) The work performed and materials furnished in accordance with this 26 Item and measured as provided under "Measurement" will be paid for 27 at the unit price bid per each. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised May 13, 2021 329213-3 SODDING Page 3 of 10 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT USED] 4 1.6 INFORMATIONAL SUBMITTALS 5 A. Certifications, Samples and Documentation 6 1. Certificates and/or labels and samples of sod, fertilizer, compost, soil 7 amendments and/or other materials, including a certificate from the vendor 8 indicating sod is free from weeds. 9 2. Delivery receipts and copies of invoices for materials used for this work shall 10 be subject to verification by the City 11 B. Exceptions 12 1. Certifications, samples and associated documentation will not be required for 13 sod to be turned over to adjacent property owner for maintenance 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Developer/contractor who plants material is responsible for the supervision of 18 crew, the site, and the maintenance of the material until the project is accepted 19 by the City 20 1.10 DELIVERY, STORAGE, AND HANDLING 21 A. Sod 22 1. Protect from exposure to wind, sun and freezing. 23 2. Keep stacked sod moist, consistently throughout stack. 24 3. Sod upon delivery may be inspected by City 25 4. Harvesting and planting operations shall be coordinated with not more than 26 seventy-two (72) hours elapsing between harvesting and placement, rolling, 27 tamping, and watering of sod. 28 B. Fertilizer, as determined by soil testing report provided to Contractor, if 29 specifically required by City for the project. 30 1. Provide unopened bags labeled with the manufacturer's guaranteed fertilizer 31 analysis. 32 2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised May 13, 2021 329213-4 SODDING Page 4 of 10 1 3. Provide to City application rate for which fertilizer will be applied. 2 1.11 FIELD [SITE] CONDITIONS 3 A. Grading of site and installation of topsoil must be approved by City prior to 4 application of sod. 5 1.12 WARRANTY 6 A. Warranty Period: Until project acceptance or through required maintenance 7 period, whichever is longer duration of time. 8 B. Warrant sod against defects in product, installation and workmanship. 9 1. Exceptions include 10 a. When maintenance is transferred to the adjacent property owner during 11 the project or after project acceptance 12 b. Vandalism caused by persons other than contractor or subcontractors of 13 this project 14 c. Improper watering by persons other than contractor or subcontractors of 15 this project 16 d. Damage caused by vehicles or equipment other than contractor or 17 subcontractors of this project. 18 e. Sod that goes dormant after job acceptance 19 PART 2 - PRODUCTS 20 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 21 2.2 MATERIALS AND EQUIPMENT 22 A. Materials 23 1. Sod 24 a. Sod Varieties (match existing if applicable) 25 1) "Cynodon dactylon TIF419" or "TIFWAY" or "TIFTUF" (Bermudagrass 26 hybrid) 27 2) or an approved St. Augustine grass 28 3) or an approved Zoysia grass 29 b. Sod must contain stolons, leaf blades, rhizomes and roots as appropriate 30 to species. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised May 13, 2021 329213-5 SODDING Page 5 of 10 1 c. Sod shall be alive, healthy and free of insects, disease, stones, 2 undesirable foreign materials and weeds and grasses deleterious to its 3 growth or which might affect its subsistence or hardiness when 4 transplanted. 5 1) Johnsongrass not allowed 6 2) Nutgrass not allowed 7 3) Millet not allowed 8 d. Sod shall have been produced on growing beds of clay or clay loam 9 topsoil. 10 e. Sod must not be harvested or planted when its moisture condition is so 11 excessively wet or dry that its survival will be affected. 12 2. Minimum sod thickness: 1/2-inch minimum 13 a. Maximum grass height: 2-inches 14 b. Dimensions 15 1) Machine cut to uniform soil thickness. 16 2) Sod is to be cut in strips 16-inches wide and 24-inches long or 17 approved equal. 18 3) Sod shall be of equal width and of a size that permits the sod to be 19 lifted, handled and rolled without breaking. 20 c. Broken or torn sod or sod with uneven ends shall be rejected. 21 d. Temporary Erosion Control or Over Seed of dormant sod— consist of the 22 sowing of cool season plant seed. Seed must be included between 23 November 1 through March 1 or as directed by the City. 24 25 Common Name Botanical Name Lbs./Acre Lbs./Acre broadcast drilled seed method method Elbon Rye Seca/e cerea/e 100-120 80-100 26 3. Fertilizer to be installed only as directed by City or as indicated in 27 construction documents 28 a. Determined by soil testing report CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised May 13, 2021 329213-6 SODDING Page 6 of 10 1 b. Acceptable condition for distribution per manufacturer's instructions 2 c. Applied uniformly over sod area. Do not fertilize inside the dripline of 3 trees, or Tree Protection Area. 4 4. Topsoil: See Section 32 91 19. 5 5. Water: clean and free of industrial wastes or other substances harmful to the 6 germination of seed or to the growth of the vegetation. 7 2.3 ACCESSORIES 8 A. SOD PINS 9 1. Metal 10 2. Wood pegs 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION 15 A. City may examine site grading to ensure it conforms to approved drawings, prior 16 to installing sod. 17 1. City will notify Contractor if grading is to be inspected prior to sod installation. 18 2. If required for specific project, Contractor must coordinate inspection 19 seventy-two (72) hours prior to cutting of sod and delivery 20 B. Sod may be inspected by City upon delivery. 21 3.3 PREPARATION 22 A. Surface Preparation: clear surface of all material including the following and 23 dispose of off -site or as directed by City: 24 1. Stumps, stones, and other objects larger than 1-inch. 25 2. Roots, brush, wire, stakes, etc. 26 3. Any objects that may interfere with sodding or maintenance. 27 B. Scarify Subgrade 28 1. Scarify subgrade to a depth of 2-inches before depositing the required 29 topsoil. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised May 13, 2021 329213-7 SODDING Page 7 of 10 1 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City 2 approval 3 a. For tilled areas, use a heavy-duty disc or a chisel -type breaking plow, 4 chisels set not more than 10-inches apart. 5 b. Initial tillage shall be done in a crossing pattern for double coverage, then 6 followed by a disc harrow. Depth of tillage may be up to 3-inches. 7 c. Areas sloped greater than 3:1: run a tractor parallel to slope to provide 8 less seed/water run-off 9 3. Areas near trees: Do not till within dripline of tree. Do not disturb the Tree 10 Protection Area, or canopy dripline. 11 C. Cleaning 12 1. Soil shall be further prepared by the removal of debris, building materials, 13 rubbish, and rock 1-inch and greater, and weeds. 14 2. Remove and dispose of debris off -site. 15 D. Fine Grading: 16 1. After scarifying or tilling and cleaning, all areas to be sodded shall have 3- 17 inches of topsoil placed, be leveled, fine graded by use of weighted spike 18 and harrow, or float drag, or hand grading to eliminate ruts, depressions, 19 humps, and objectionable soil clods. This shall be the final soil preparation 20 step to be completed prior to inspection before sodding. 21 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 22 3.4 INSTALLATION 23 A. General 24 1. Do not lay sod when ground is frozen. 25 2. Over -seeding with Elbon Rye shall be included from November 1 until March 26 1. Refer to Section 32 92 14 "Seeding" for seed rates. 27 B.Installation 28 1. Plant sod specified after the area has been inspected and accepted by City 29 for planting 30 2. Scarify 2-inches of subgrade and place a minimum of 3-inches of topsoil per 31 Section 32 91 19 on areas to receive sod. 32 3. Sod to be laid parallel to the contours in areas as specified. Sod to be laid 33 perpendicular to slopes greater than or equal to 4:1. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised May 13, 2021 329213-8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 SODDING Page 8 of 10 4. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. 5. Keep sod material moist from the time it is dug until planted. Dry sod shall be rejected. 6. Fill in slumped areas due to watering to keep sod moist. 7. Place sod so that the entire area designated for sodding is covered with no gaps or overlapping material 8. Fill voids left in the solid sodding with additional sod and tamp. 9. Stagger joints and seams. 10. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. a. Use pedestrian mechanical process (no motorized vehicles / equipment). b. Low spots, or settlement greater than 1-inch, that may cause tripping hazard shall be leveled c. Finished grade of sod shall be maximum 1-inch below adjacent edges including curbs, drives, and walkways. 11. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. C. Watering and Finishing 1. Water sod to a minimum depth of 4-inches immediately after placed and tamped and rolled. 2. Generally, as recommended by the vendor 3. Water source shall be clean and free of industrial waste or other substances harmful to the germination of the seed or growth of the vegetation. 4. Water until 100 percent green and established as defined in 3.13. Dormant sod must be over -seeded as directed in 2.2 A.2.d. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WELLINGTON MULTIFAMILY CPN: 104924 329213-9 SODDING Page 9 of 10 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE 10 A. Sodding 11 1. Water and mow sod until completion and final acceptance of the Project or as 12 directed by the City. 13 2. Trim and maintain along edges including curbs, drives, and walkways with 14 maximum 1-inch surface elevation change. 15 3. Sod shall be rooted to scarified soil with continuous surface coverage with no 16 gaps or overlapping edges. 17 4. Includes protection, replanting, and maintaining grades with no settlement 18 over 1-inch, and immediate repair of erosion damage until the project 19 receives final acceptance. 20 5. Sod shall not be considered finally accepted until the sod has started to peg 21 down (roots growing into the soil) and is free from dead blocks of sod. 22 B. Acceptance 23 1. Sod shall be accepted once fully established. 24 a. Sodded area must have 100 percent ground coverage and a blade 25 height of 3-inches with 2 mow cycles, minimum ten (10) days apart, 26 performed by the Contractor prior to consideration of acceptance by the 27 City. 28 b. Grass shall be actively growing and free of disease and pests. 29 c. Ground surface to be smooth and free of foreign material and rock or 30 clods 1-inch diameter and greater. 31 C. Replanting CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised May 13, 2021 3292 13-10 SODDING Page 10 of 10 1 1. Replant areas with dead blocks of sod (50 percent of individual block or 2 greater). 3 D. Rejection 4 1. City may reject sod area based on the following items prior to final 5 acceptance: 6 a. Weed populations 7 b. Poor installation including but not limited to gaps and/or overlapping sod 8 c. Disease and/or pests 9 d. Insufficient or over watering 10 e. Poor or improper maintenance 11 f. Soil settlement in excess of 1-inch. 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 `Ni Revision Log DATE NAME SUMMARY OF CHANGE Removed information and details regarding seed, native grasses and wildflowers. These items are addressed in new specification 32 92 14 and Parks specification for native grasses/wildflowers. Items pertaining to fertilizer throughout document updated to include soil testing. Remove and replace "block sod" with "sod" throughout document. Updated 1.2 payment May 13, 2021 M Owen measurement. 3.3 Preparation updated to reflect current industry tree care standards for root zone disturbance. 3.4 Installation added descriptions to clarify acceptable installation. 3.13 Maintenance added descriptions to clarify acceptance and rejection of sodded areas including growth, mow cycle and watering. Inserted exceptions associated with sod to be turned over to adjacent property owner. CITY OF FORT WORTH WELLINGTON MULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised May 13, 2021 33 01 30 - 1 SEWER AND MANHOLE TESTING Page 1 of 7 1 SECTION 33 0130 2 SEWER AND MANHOLE TESTING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection (Mandrel) Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test for 60-inch pipe and smaller. 14 4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 15 5. Pipe testing will include deflection (mandrel) test for pipe. 16 6. Hydrostatic testing is not allowed. 17 7. Manhole testing will include vacuum test. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 22 Contract 23 2. Division 1 — General Requirements 24 3. Section 03 80 00 — Modifications to Existing Concrete Structures 25 4. Section 33 04 50 — Cleaning of Sewer Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Pipe Testing 29 a. Measurement 30 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 31 completed in place. 32 b. Payment 33 1) The work performed and the materials furnishing in accordance with this 34 Item are subsidiary to the unit price bid per linear foot of sanitary sewer main 35 (pipe) complete in place, and no other compensation will be allowed. 36 2. Manhole Testing 37 a. Measurement 38 1) Measurement for testing manholes shall be per each vacuum test. 39 b. Payment CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 7, 2018 33 01 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 7 1 1) The work performed and the materials furnished in accordance with this 2 Item shall be paid for at the unit price bid per each vacuum test completed. 3 c. The price bid shall include: 4 1) Mobilization 5 2) Plugs 6 3) Clean-up 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 SUBMITTALS 10 A. Submittals shall be in accordance with Section 0133 00. 11 B. All submittals shall be approved by the City prior to delivery. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS 14 A. Test and Evaluation Reports 15 1. All test reports generated during testing (pass and fail) 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Certifications 19 1. Mandrel Equipment 20 a. If requested by City, provide Quality Assurance certification that the equipment 21 used has been designed and manufactured in accordance to the required 22 specifications. 23 2. Joint Testing 24 a. Testing Service - Engage a qualified independent testing agency to perform 25 joint evaluation tests 26 b. Equipment - If requested by City, provide Quality Assurance certification that 27 the equipment used has been designed and manufactured in accordance to the 28 required specifications. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 7, 2018 330130-3 SEWER AND MANHOLE TESTING Page 3 of 7 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION 9 A. Low Pressure Air Test (Pipe 60 inch and smaller) 10 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 11 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 12 B. Low Pressure Joint Air Test (Pipe 27 inch or larger) 13 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 14 2. Assemble individual joint tester over each joint from within the pipe. 15 C. Deflection (mandrel) test (Pipe) 16 1. Perform as last work item before final inspection. 17 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 18 3. Materials 19 a. Mandrel used for deflection test 20 1) Use of an uncertified mandrel or a mandrel altered or modified after 21 certification will invalidate the deflection test. 22 2) Mandrel requirements 23 a) Odd number of legs with 9 legs minimum 24 b) Effective length not less than its nominal diameter 25 c) Fabricated of rigid and nonadjustable steel 26 d) Fitted with pulling rings and each end 27 e) Stamped or engraved on some segment other than a runner indicating 28 the following: 29 (1) Pipe material specification 30 (2) Nominal size 31 (3) Mandrel outside diameter (OD) 32 f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. 33 g) Mandrel equipment shall be suitable for the pipe material to prevent 34 damage to the pipe. Consult manufacturer for appropriate mandrel 35 equipment. 36 D. Vacuum test (Manhole) 37 1. Plug lifting holes and exterior joints. 38 2. Plug pipes and stubouts entering the manhole. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 7, 2018 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 7 1 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 2 is drawn. 3 4. Plug pipes with drop connections beyond drop. 4 5. Place test head inside the frame at the top of the manhole. 5 3.4 INSTALLATION 6 A. Low pressure air test (Pipe 60" Inch and Smaller) 7 1. Install plug with inlet tap. 8 2. Connect air hose to inlet tap and a portable air control source. 9 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 10 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 11 psig. Minimum permissible pressure holding time per diameter per length of pipe 12 is computed from the following equation: 13 14 T = (0.0850*D*K) 15 Q 16 Where: 17 T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig 18 K = 0.000419*D*L, but not less than 1.0 19 D = nominal pipe diameter, inches 20 L = length of pipe being tested (by pipe size), feet 21 Q = 0.0015, cubic feet per minute per square foot of internal surface 22 5. UNI-13-6, Table I provides required time for given lengths of pipe for sizes 4-inch 23 through 60-inch based on the equation above. 24 25 UNI-B-6, Table 1 26 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe 27 indicated for q = 0.0015 28 29 Specification Time for Length (L) Shown `mmsec) 1 2 3 4 Pipe Minimum Length for Time for Diameter Time Minimum Longer 100ft 150ft 200ft 250ft (min: (in.) sec} Time (ft) Length (sec) 4 346 597 .380 L 346 3.46 346 346 6 540 398 .854 L 540 540 540 540 8 734 298 1.520 L 734 734 734 734 10 926 239 2.374 L 926 926 926 9:53 12 1120 199 3.418 L 1120 11.20 1124 14:15 15 14:10 159 5.342 L 14:10 14.10 17.48 22:15 18 17:00 133 7.692 L 1700 19.13 253800 320300 21 19:50 114 10.470 L 19:50 261000 34.5400 433700 24 22:40 99 13.674 L 22:47 341100 45.3400 565800 27 253000 88 17.306 L 28:5100 431600 57:4100 720700 30 282000 80 21.366L 35:3700 5325.00 71:1300 890200 33 31.1000 72 25.852 L 43:0500 643800 86:1000 107:4300 36 340000 66 30.768 L 51:1700 76:5500 1023400 128:1200 42 39:4800 57 41.883L 69:4800 104:4200 1393700 1743000 48 453400 50 54.705 L 91:1000 136:4500 1822100 2275500 54 510200 44 69.236 L 1152400 1730500 230:4700 2882900 60 56.4000 40 85.476 L 1422800 213.4100 28455.00 356.0900 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7, 2018 300ft 350ft 400ft 450ft 3:46 3:46 3:46 3:46 5.40 5:40 5.42 6:24 736 8:52 1008 1124 1152 13:51 15:49 17:48 1705 19.56 22:47 253800 26:4200 310900 35:3600 400400 382700 445200 51:1600 57:4100 522100 610000 69:4800 783100 682200 794600 91:1000 1023300 863200 100:57 00 11522.00 1294800 1065000 1243800 1422600 1601500 129:1600 15043,00 1722100 193:53 00 153:5000 1792900 2050700 230:4600 2092400 244:1900 279:1300 3140700 2733100 31906.00 364:4200 410:1700 346:1100 403:5300 4613400 519.1600 4272300 4983700 569:5000 6410400 WELLING TON M UL TIFAMIL Y CPN.• 104924 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 330130-5 SEWER AND MANHOLE TESTING Page 5 of 7 6. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. B. Low pressure joint air test (27 Inch or larger pipe) 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM C 1103 as follows: 2. Equipment shall be the product of manufacturers having more than five years of regular production of successful joint testers. Joint tester shall be as manufactured by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 3. Follow equipment manufacturer's recommendations when performing tests; only experienced technicians shall perform tests. 4. The testing equipment shall be assembled and positioned over the center of the pipe joint and the end element tubes inflated to a maximum of 25 psi. 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to testing. 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the pressure from 3.5 psig to 2.5 psig. 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig is greater than 10 seconds. C. Deflection (mandrel) test (Pipe) 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 D. Vacuum test (Manhole) 1. Test manhole prior to coating with epoxy or other material. 2. Draw a vacuum of 10 inches of mercury and turn off the pump. 3. With the valve closed, read the level vacuum level after the required test time. 4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7, 2018 WELLING TON M UL TIFAMIL Y CPN.• 104924 330130-6 SEWER AND MANHOLE TESTING Page 6 of 7 1 2 Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole, feet Seconds Seconds 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 3 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective 4 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 5 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 6 seconds. 40+6(5)=70 seconds) 7 8 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 9 failed the test. 10 3.5 REPAIR / RESTORATION [NOT USED] 11 3.6 RE -INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL 13 A. Non -Conforming Work 14 1. Low pressure air test (Pipe 60 Inch and smaller) 15 a. Should the air test fail, find and repair leak(s) and retest. 16 2. Low pressure joint air test (Pipe 27 inch or larger) 17 a. 100 percent of all joints shall be field tested, prior to the placement of backfill 18 over the spring line of the pipe, after the pipe has been substantially locked in to 19 place by embedment. If the pipe does not pass the field air test, the joint will be 20 pulled and refitted or rejected and removed from the project. After full 21 placement of backfill and proper compaction, 100% of all joints will be tested 22 again, as the installation progresses. At no time shall pipe installation exceed 23 300 feet beyond the last joint tested. 24 b. No more than 2 percent of the total number of joints failing to meet the 25 requirements of this test shall be field repaired by joint grout injection, or band 26 clamps, or other method. Any joints over 2% requiring field repairs shall be 27 rejected and removed from the project site. Rejected pipe shall be removed 28 from the project. Installation shall be stopped until defective joints are repaired 29 or replaced. 30 3. Should Deflection (mandrel) test (Pipe) 31 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 32 b. Uncover overdeflected pipe. Reinstall if not damaged. 33 c. If damaged, remove and replace. 34 4. Vacuum test (Manhole) CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 7, 2018 330130-7 SEWER AND MANHOLE TESTING Page 7 of 7 1 a. Should the vacuum test fail, repair suspect area and retest. 2 1) External repairs required for leaks at pipe connection to manhole. 3 a) Shall be in accordance with Section 03 80 00. 4 2) Leaks within the manhole structure may be repaired internally or 5 externally. 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE 8/10/2018 W. Norwood 3AD Require testing prior to coating manholes 3.3, A&B, Add individual joint testing option for 27 inch and larger with independent testing. 9/7/2018 W. Norwood 3A.A Include UNI-B-6, Table 1 for low pressure air test 4.4.13 Include individual joint testing requirements CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 7, 2018 330131-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER Page 1 of 10 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection 7 of sanitary sewer 8 2. For City Capital Improvement Projects, which include sanitary sewer 9 rehabilitation projects, a Post -CCTV is required. Pre -CCTV for mains will be 10 project specific and noted on the plans. 11 3. For new development sanitary sewer installation, a Post -CCTV is required. 12 4. For all City Capital Improvement Projects and new development sanitary sewer 13 installation, a Final Manhole CCTV is required. 14 5. Final -CCTV will be project specific, and would include major collector, arterial, 15 County, Railroad, and TXDOT projects that include extensive paving, 16 structures, drainage, and grading activities 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 33 03 10 — Bypass Pumping of Existing Sewer Systems 24 4. Section 33 04 50 — Cleaning of Sewer Mains 25 5. Section 0132 16 — Construction Progress Schedule 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Pre -CCTV Inspection 28 1. Measurement 29 a. Measurement for this Item will be by the linear foot of line televised for CCTV 30 Inspection performed prior to any line modification or replacement determined 31 from the distance recorded on the video log. 32 2. Payment 33 a. The work performed and materials furnished in accordance with this Item and 34 measured as provided under "Measurement" will be paid for at the unit price 35 bid per linear foot for "Pre -CCTV Inspection". 36 1) Contractor will not be paid for unaccepted video. 37 3. The price bid shall include: 38 a. Mobilization 39 b. Cleaning 40 c. Digital file CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 33 01 31 -2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER Page 2 of 10 B. Post -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Post -CCTV Inspection". 1) Contractor will only be paid for video that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file C. Final -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Final -CCTV Inspection". 1) Contractor will only be paid for video that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file D. Final- Manhole CCTV Inspection 1. Measurement a. Measurement for this Item will be per each manhole, junction structure, televised for CCTV Inspection performed following repair, manhole coating, final adjustments to grade, and/or installation determined on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each for "Final -Manhole CCTV Inspection". 1) Contractor will only be paid for video that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLING TON M UL TIFAMIL Y CPN.• 104924 33 01 31 -3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER Page 3 of 10 1.3 REFERENCES 2 A. 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. City of Fort Worth Water Department 7 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 8 Program (CCTV Manual). City of Fort Worth Water Department CCTV 9 Inspection Log. 10 B. Definitions 11 1. Pre -CCTV — CCTV Inspection performed by Contractor on existing mains prior 12 to any line modification or replacement. 13 2. Post CCTV — CCTV Inspection performed by Contractor following installation 14 of new mains but before completion of other infrastructure (i.e. streets, 15 sidewalks, final grading, etc.) 16 3. Final CCTV — CCTV Inspection performed by Contractor on mains and 17 manholes after all construction is complete. Includes CCTV of the manholes 18 (including grade rings, casting, etc.) after street construction, final grading, and 19 manhole coating, if the coating is required. 20 C. Final Manhole CCTV — CCTV Inspection performed by Contractor on manholes and/or 21 junction structures, after all construction is complete. Includes CCTV of the manholes/ 22 (including grade rings, casting, etc.) after street construction, final grading, and 23 manhole coating, if the coating is required. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Sanitary Sewer Lines 27 a. Meet with City of Fort Worth Water Department staff to confirm that the 28 appropriate equipment, software, standard templates, defect codes and defect 29 rankings are being used, if required. 30 B. Schedule 31 1. Include Pre, Post, Final Manhole, and Final CCTV schedule as part of the 32 Construction Progress Schedule per Section 0132 16. 33 2. Allow time for City review (2 weeks minimum — Notification needs to be sent 34 out to Project Manager, City Inspector, & Field Operations). Post -CCTV can be 35 scheduled and submitted for review after each sewer main construction has been 36 completed. 37 3. If CCTV is accepted by City Project Manager, proceed with work. If rejected, 38 coordinate with City per Part 1.4 A. 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 33 01 31 -4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER Page 4 of 10 1 B. All CCTV submittals shall be submitted to the City Inspector to be uploaded to 2 common location for review and comment by Water Operations and Inspections. 3 Alternatively, the Inspector can provide Contractor access to upload directly to common 4 location. Inspection and Water Operations staff shall be notified when CCTV upload is 5 completed. 6 C. If inspected with Infrastructure Technologies IT Pipes Software per CCTV Manual 7 provide video data per the CCTV Manual. Provide additional copy of video in video 8 file MP4 with H.264 code — Advanced Video Coding and compression standard. 9 D. If inspected with other software provide video data in video file MP4 with H.264 code — 10 Advanced Video Coding and compression standard. 11 E. Inspection Report shall include: 12 1. Asset 13 a. Date of Inspection 14 b. City 15 c. Project Name (Address accepted if project name does not exist) 16 d. Main Number — as shown on drawings or GIS ID (If Available) 17 e. Upstream Manhole Station — as shown on drawings or GIS ID (If Available) 18 f. Downstream Manhole Station — as shown on drawings or GIS ID (If Available) 19 g. Pipe Diameter 20 h. Material 21 i. Pipe Length 22 j. Mapsco Location Number 23 k. Date Constructed 24 1. Pipe Wall Thickness 25 m. Grade percentage 26 n. Inspector Name 27 2. Inspection 28 a. Inspection Number (i.e. 1st, 2na,etc...) 29 b. Crew Number 30 c. Operator Name 31 d. Operator Comments 32 e. Reason for Inspection 33 f Equipment Number 34 g. Camera Travel Direction is Upstream to Downstream — Deviation will require 35 written justification, with the exception of stubouts & abandonment plugs that 36 will always be recorded from the downstream side. 37 h. Inspected Length (feet) 38 i. Work Order Number (if required) 39 j. City Project Number (if required) 40 k. City Contract Name 41 1. Consultant Company Name 42 m. Consultant Contact Name 43 n. Consultant Contact Phone Number 44 o. Contractor Company Name 45 p. Contractor Contact Name 46 q. Contractor Contact Phone Number 47 F. CCTV overlay screen shall include (opening text to CCTV inspection) 48 a. Date of inspection CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 33 01 31 -5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER Page 5 of 10 1 b. City Name 2 c. City Project number 3 d. Project name 4 e. Main number 5 f. Upstream SS Manhole (or Plug) station 6 g. Downstream SS Manhole station 7 h. Diameter 8 i. Grade/Slope 9 j. Material 10 k. Length 11 1. Contractor 12 m. Inspectors name 13 n. Travel direction 14 o. Date Construction 15 1.6 INFORMATIONAL SUBMITTALS 16 A. Pre- and Post CCTV submittals 17 1. CCTV video results shall be submitted to City that can be uploaded to shared 18 common location by the inspection staff, upon confirmation that the submittal is 19 complete (partial submissions are not accepted, except in special situations that 20 are approved by the Water Department). For pre -CCTV submittals, approval of 21 the submittal shall be provided by the Project Manager prior to construction 22 start when connecting to existing sewer. 23 2. Alternatively, the Inspector can provide Contractor access to upload directly to 24 common location. Inspection and Water Operations staff shall be notified when 25 CCTV upload is completed in order to confirm submittal is complete. Inspection 26 Report (separate report file for each individual shall be submitted to Inspector or 27 directly uploaded to shared common location. 28 B. Additional information that may be requested by the City 29 1. Listing of cleaning equipment and procedures 30 2. Listing of flow diversion procedures if required 31 3. Listing of CCTV equipment 32 4. Listing of backup and standby equipment 33 5. Listing of safety precautions and traffic control measures 34 1.7 CLOSEOUT SUBMITTALS 35 A. Final CCTV shall not be completed until all manholes and surface covers are set to final 36 grade. All as built changes to plan and profile drawings (redlines), are required to be 37 reflected on the final CCTV inspection information. Final CCTV shall not be 38 completed until all as built corrections have been made. 39 1. Final -CCTV submittals CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 33 01 31 -6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER Page 6 of 10 1 a. CCTV video results shall be submitted to City that can be uploaded to shared 2 common location by the inspection staff, upon confirmation that the submittal 3 is complete (partial submissions are not accepted, except in special situations 4 that are approved by the Water Department). Alternatively, the Inspector can 5 provide Contractor access to upload directly to common location. Inspection 6 and Water Operations staff shall be notified when CCTV upload is completed 7 in order to confirm submittal is complete. Sanitary sewer video file(s) in MP4 8 with H.264 code Advanced Video Coding and compression standard 9 b. City Project Number displayed within text of sanitary sewer video. 10 c. Construction Plans identifying the line segments that were videoed. Include 11 cover sheet, 1 digital copy of the redlines (Contractor to upload into Accela or 12 BIM 360), overall line layout sheet(s), and plan and profile sheet(s). 13 1) One (1) 11"X 17" copy 14 d. Sanitary sewer line segment from drawings match line segments on Inspection 15 Report. Recommend some minimum guidance for standardization of line 16 segment submittals, to include proper identification of Project: name, CPN, line 17 identification and stations, as well as format (e.g. PDF?) and minimum 18 annotations required to explain deviations from policies as specified in this 19 document, or any anomalies that are considered within tolerance. 20 e. Inspection Report (separate report file for each individual shall be submitted to 21 Inspector or directly uploaded to shared common location. 22 f. Allow two (2) weeks to review before requesting final inspection. After review 23 by the City Inspector and Water Field Operations, if applicable a combined set 24 of punch list items will be submitted to the Contractor for correction. 25 g. 26 1.8 J. CCTV SPEADSHEET LOG IN EXCEL FORMAT MAINTENANCE MATERIAL 27 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 A. Equipment- 34 1. Closed Circuit Television Camera 35 a. The television camera used shall be one specifically designed and constructed 36 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 37 picture of the entire periphery of the pipe. The camera shall be operative in 100 38 percent humidity/submerged conditions. The equipment will provide a view of 39 the pipe ahead of the equipment and of features to the side of the equipment 40 through turning and rotation of the lens. The camera shall be capable of tilting 41 at right angles along the axis of the pipe while panning the camera lens through 42 a full circle about the circumference of the pipe. The lights on the camera shall 43 also be capable of panning 90-degrees to the axis of the pipe. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 33 01 31 -7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER Page 7 of 10 b. The radial view camera must be solid state color and have remote control of the 2 rotational lens. The camera shall be capable of viewing the complete 3 circumference of the pipe and manhole structure, including the cone -section or 4 corbel. The camera lens shall be an auto -iris type with remote controlled 5 manual override. 6 2. Video Capture System 7 a. The video and audio recordings of the sewer inspections shall be made using 8 digital video equipment. A video enhancer may be used in conjunction with, 9 but not in lieu of, the required equipment. The digital recording equipment shall 10 capture sewer inspection on USB drive, with each sewer segment (from 11 upstream manhole to downstream manhole) inspection recorded as an individual 12 file in MP4 with H.264 code format. 13 14 b. The system shall be capable of printing pipeline inspection reports with 15 captured images of defects or other related significant visual information on a 16 standard color printer. 17 c. The system shall store digitized color picture images and be saved in digital 18 format on a USB drive. 19 d. The system shall be able to produce data reports to include, at a minimum, all 20 observation points and pertinent data. All data reports shall match the defect 21 severity codes outlined in the City's CCTV manual (electronic copy available 22 on Water Department's website — 23 hlM:Hfortworthtexas.aov/water/wastewater/CCTV Manual. 24 25 e. Camera footage, date & manhole numbers shall be maintained in real time and 26 shall be displayed on the video monitor as well as the video character 27 generators illuminated footage display at the control console. 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION 32 A. General 33 1. Prior to inspection obtain pipe and manhole asset identification numbers from 34 the plans or City to be used during inspections. Inspections performed using 35 identification numbers other than the line number (or existing sanitary sewer 36 main/lateral) and station numbers from plans or from assigned numbers from the 37 City will not be accepted. 38 2. CCTV Inspection shall not commence until the sewer section to be televised has 39 been completely cleaned in conformance with Section 33 04 50. 40 3. CCTV Inspection shall not commence until the sewer section to be televised 41 has been completely cleaned in conformance with Section 33 04 50. (Sewer 42 system should be connected to existing sewer system and should be active) 43 4. A final CCTV Inspection of newly installed sewers (not yet in service) shall not 44 commence until completion of the following items: CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 33 01 31 -8 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER Page 8 of 10 1 a. Manhole final grade is set (after street paving, under Final CCTV, Final 2 Manhole CCTV) 3 b. Manhole lining is complete (after street paving, under Final CCTV, Final 4 Manhole CCTV) 5 c. Sewer main is cleaned 6 d. Sewer air test is complete 7 e. Vacuum test of manholes 8 £ Installation of all lateral services and completion of low pressure testing of all 9 new services 10 g. All sewer main and manhole work is complete 11 Once reviewed and accepted by Water Field Operations the sewer system should be 12 connected to existing sewer system and ready for use upon final acceptance of the 13 project. 14 5. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. 15 B. General 16 1. Use manual winches, power winches, TV cable, and power rewinds that do not 17 obstruct the camera view, allowing for proper evaluation. 18 C. Pipe 19 1. Begin inspection immediately after cleaning of the main. 20 2. Move camera through the line in either direction at a moderate rate, stopping 21 when necessary to permit proper documentation of the main's condition. 22 3. Do not move camera at a speed greater than 30 feet per minute. 23 4. During investigation stop camera at each defect along the main. 24 a. Record the nature, location and orientation of the defect or infiltration location 25 as specified in the CCTV Manual. 26 5. Service connections, Pan the Camera to get a complete overview of service 27 connection including zooming into service connection Include location (i.e. 1 28 o'clock, etc...) See photos 17 thru 23 for examples 29 6. Joint defects, Include comment on condition, signs of damage, etc... Note 30 offset and/or separation at a joint. Includes joints where one pipe is not 31 correctly aligned with the connecting section of pipe causing a lip that could 32 impede flow or a section of pipe that is aligned but has pulled apart horizontally 33 and may not connect to the other section of pipe. See Photos 24 thru 29, 35, 36 34 for examples 35 7. Notate visible pipe defects such as cracks, broken or deformed pipe, holes, 36 offset joints, obstructions, sags or debris (show as % of pipe diameter). If debris 37 has been found in the pipe during the post or final -CCTV inspection, additional 38 cleaning is required, and pipe shall be re -televised. See Photos 1 thru 12 for 39 examples 40 8. Notate Infiltration/Inflow locations. See Photos 13, 20 for examples 41 9. Notate Pipe material transitions. See Photos 30 for example CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 33 01 31 -9 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER Page 9 of 10 1 10. Notate other locations that do not appear to be typical for normal pipe 2 conditions. For example, locations could include conflicts between the replaced 3 main with other utilities (including paving and storm sewer), causing pipe 4 deflections, sags, etc. holding water. This could also include any damage to the 5 main and/or services after the main has been replaced. These locations could 6 occur between the Post -CCTV and Final -CCTV submittals. See Photos 31 thru 7 34 for examples 8 11. Note locations where camera is underwater and level as a % of pipe diameter. 9 Camera underwater — Point in which the camera lens is 100% submerged 10 underwater and/or 50% of the pipe's diameter. Camera emerged — Point in 11 which the camera lens has emerged from being underwater. Severity is 12 described in ranges by linear feet. This would include pipe deflections causing 13 a considerable increase (i.e. double or more) in the depth of flow in the pipe (to 14 at least between 1/3 to'/2 of the pipe diameter). See attached example photos at 15 the end of this Specification showing the depth changes in % full of pipe. See 16 Photos 14 thru 16 for examples. 17 12. Provide accurate distance measurement. 18 a. The meter device is to be accurate to the nearest 1/10 foot. 19 13. CCTV recording segments are to be single continuous file item. 20 a. A single segment is defined from manhole to manhole. 21 b. Only single segment video's will be accepted and preferably include manhole 22 inspections (manhole to manhole). 23 c. Individual manhole inspection will require written justification, included under 24 the Final -CCTV bid item. 25 14. Pre -Installation Inspection for Sewer Mains to be rehabilitated 26 a. Perform Pre -CCTV inspection immediately after cleaning of the main and 27 before rehabilitation work. 28 1) No cleaning equipment in the main during CCTV. 29 2) Water shall be present (or flowing) while recording CCTV to confirm 30 system functionality. 31 b. If, during inspection, the CCTV will not pass through the entire section of main 32 due to blockage or pipe defect, set up so the inspection can be performed from 33 the opposite manhole. 34 c. City Project Manager (PM) shall review and may consult with Sewer Projects 35 Reporting and Operations (SPRO), and provide comments on identified defects. 36 Contractor shall present proposed repair method(s) for approval by the City 37 PM, before proceeding with construction. 38 d. Provisions for repairing or replacing the impassable location are addressed in 39 Section 33 3120, Section 33 3121, Section 33 3122 and Section 33 3123. 40 15. Post -and Final Installation Inspection 41 a. Prior to inserting the camera, flush and clean the main in accordance to Section 42 33 04 50. Water should be present/flowing during the recording operation, to 43 demonstrate the functioning of the installed system. 44 16. Documentation of CCTV Inspection 45 a. Sanitary Sewer Lines 46 1) Follow the CCTV Manual (CCTV standard manual supplied by City upon 47 request) for the inspection video, data logging and reporting or Part 1.5 E of 48 this section. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised March 11, 2022 33 01 31 - 10 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER Page 10 of 10 1 D. Manhole 2 1. Final Manhole CCTV Inspection recording segments, will reveal condition of 3 manhole in its entirety, including corrosion protection if applicable. Camera 4 should pan the entire manhole while lowering to include complete view of 5 invert. This requirement applies to new manhole installations and rehabilitated 6 manholes after epoxy lining installed, if applicable. 7 2. Notate Infiltration/Inflow locations for Pre -construction CCTV recordings. 8 3. Post -Installation CCTV Inspection is only done after all construction is 9 complete. 10 E. Complete manhole installatienJaehm imraetiea begins. 11 3.4 REPAIR / RESTORATION [NOT USED] 12 3.5 RE -INSTALLATION [NOT USED] 13 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.7 SYSTEM STARTUP [NOT USED] 15 3.8 ADJUSTING [NOT USED] 16 3.9 CLEANING 17 A. See Section 33 04 50. 18 3.10 CLOSEOUT ACTIVITIES [NOT USED] 19 3.11 PROTECTION [NOT USED] 20 3.12 MAINTENANCE [NOT USED] 21 3.13 ATTACHMENTS [NOT USED] 22 23 24 25 DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 12/20/2012 D. Johnson Various— Added requirements for coordination with T/PW for Storm Sewer CCTV 4/29/2021 J Kasavich Various — Alternative to CCTV Manual, modified submittal detail requirements 3/11/2022 M Owen Removed referenced to storm drain CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLING TON M UL TIFAMIL Y CPN.• 104924 Photo 1 Flow Depth Acceptable Photo 2 Flow Level Acceptable I FLI T ��USMH: 0+4 =DSMH: 0+1 D 1"1 / 0/ 0'19 7:25: 0 AM 10.51i Photo 4 Flow Level is elevated. �7.1 ft. Photo 5 Flow Elevated but below 1/3 capacity. No action required .0 Photo 6 Flow above 30%. Potential Sag or debris. Photo 7 Offset Joint Example Photo 8 Flow appears to be stagnant possible sag. Photo 9 Debris evident. Clean and Re -CCTV prior to submittal s MI 1115/2019 8:28:36 AM t� Photo 10 Debris evident. Clean and Re -CCTV prior to submittal. Photo 11 CCTV should not be submitted. Clean and Re -CCTV prior to submittal ONFL1 T MH: 17+44 OSMH: 14+ nspection Abandoned, End Su nre r NO RSU [ I 1'1 l 01 0'1 :44: 0 AM 299.0 Photo 13 Example of Potential Infiltration/Inflow location Photo 14 Water level approaching submerging camera. Record beginning of level increase and note the point at which the water level returns to normal. Corrective action will be required. Photo 15 Camera submerged. Note beginning point of increase level and the end of the increased depth. Corrective action will be required Wk Photo 16 Camera submerged. Note beginning point of increase level and the end of the increased depth. Corrective action will be required Photo 17 Service Tap. Note the location and position of tap in relation to the sewer main. Repair required? ;..,.,A,M e t Photo 18 CCTV should include view of service line. Retake CCTV Video? Photo 19 Service tap holding water. Corrective action required. col Rosedale 5P 30 P ;UlbJb t0 t � t Photo 21 Proper Shot of Sewer Tap Photo 22 Debris in service line. Corrective action required Photo 23 Service tap at proper location. +7 POST PATCHE_ 4+71 =� EwshIL't � f EPIPE SIZE: 81 SS[D. L3392 9.0.0 1:40 ■ pm LZ1 : 195 . 9f t 4 -- 4 . 6 f tr.: r � • do 4 f~ • a T� a r 1 IL aY + Photo 26 Damage to Liner. Repair is required. Photo 27 Liner Damage. Repair required. won 6 +97 POST PATCHES 4 + 71 1 ^t PIPE SIZE: 8- - 9.03.0 1:41 PM LZ1:199.2ft ONFL«T O�U MH:07+07MOSMH:0G+ IJ r- 1111212019 8:38:36 AM 172.4 ft. Photo 30 Change of material. Note change on CCTV log. Repair required? Photo 31 Beginning of potential impact from adjacent utilities Repair required? Photo 32 Continuation of impact from adjacent utilities Repair required? Photo 33 Continuation of impact from adjacent utilities Repair required? Photo 34 End of impact for potential impact from adjacent utilities. Repair required? Photo 35 Short Joint installed (not a closure piece) does not comply with specification Repair required? Photo 36 Short piece installed with wye inserted does not comply with design m C: p .. + u7 Q W-4 J x i n . !r S 1-1. -- 4L m r� j 1 Y� L 1 I m J t�l . rJ C�7 r•- C CT' cm X C7 u CAI .� "-4 M ' � •`}. Cr ^ - W-4 W " EX rl •--� J i Z M 4-4 CL cn 4) a C ) Q Q C 3 a + 4- W-A C7 C:3 ti. rl� LU co LU a 0 "k. cr) CV m CD C%3 m LC C\l Aw :-7w a ►A 00 4-J 4- C%j CIO CO m a. �► rn � r j . �r.� t 7� .= s ♦ r s t� •a �,,.. � ♦ moo' ez �. .`- . - rzY L�v ', ' ,J Ul c ' w ~ II GTe Z ri ki VON f r dr '•1 j �i r .♦ r ylp Af •�•t� .Wr tw `A 3 - Ve U • 40 0 CM — s rwl L. w - 410 _f cm as rp- q r-1 Ld1 Co r � z LL m co U J O G CV r— Chi LO M u s■ r— tr, 4J � � _1� � t + � 'ti _. m C) f z C> m Ln o:) cm C) CT) C%j Lo Q tr' E� LL- 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Pagel of 8 1 SECTION 33 04 40 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 11 Administrative Code JAC) established by the Texas Commission on 12 Environmental Quality (TCEQ). 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1 — General Requirements 19 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 24 2. Payment 25 a. The work performed and the materials furnished in accordance with this Item 26 are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological 27 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 28 complete in place, and no other compensation will be allowed. 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. American Water Works Association/American (AWWA): 35 a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. 36 b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. 37 c. C651, Disinfecting Water Mains. 38 d. C655, Field De -Chlorination. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals 4 For 24-inch and larger water mains, provide the following: 5 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan 6 detailing the methods and schedule, including: 7 a. A detailed description of cleaning procedures 8 b. Pigging entry and exit ports 9 c. Flushing procedures 10 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 11 e. Control of water 12 f. Disposal 13 2. Disinfection Plan — prior to the start of construction submit a disinfection plan 14 including: 15 a. The method mixing and introducing chlorine 16 b. Flushing 17 c. De -chlorination 18 d. Sampling 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 28 2.2 PRODUCT TYPES 29 A. Pigs 30 1. Open cell polyurethane foam body 31 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 32 3. May be wrapped with polyurethane spiral bands 33 4. Abrasives are not permitted, unless expressly approved by the City in writing for 34 the particular application. 35 5. Must pass through a reduction up to 65 percent of the cross sectional area of the 36 nominal pipe diameter CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 1 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, 2 tees, crosses, wyes, and gate valves. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 10 3.5 REPAIR/RESTORATION [NOT USED] 11 3.6 RE -INSTALLATION [NOT USED] 12 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING 16 A. General 17 1. All water mains shall be cleaned prior to bacteriological testing. 18 a. Pig all 36-inch and smaller water mains. 19 b. Pig or manually sweep 42-inch and larger mains. 20 c. Flushing is only permitted when specially designated in the Drawings, or if 21 pigging is not practical and approved by the City. 22 B. Pigging Method 23 1. If the method of pigging is to be used, prepare the main for the installation and 24 removal of a pig, including: 25 a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, 26 remove cleaning Wye covers, etc. 27 b. Where expulsion of the pig is required through a dead -ended conduit: 28 1) Prevent backflow of purged water into the main after passage of the pig. 29 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 30 smaller mains to prevent backwater re-entry into the main. 31 3) Additional excavation of the trench may be performed on mains over 12 32 inches, to prevent backwater re-entry into the main. 33 4) Flush any backflow water that inadvertently enters the main. 34 c. Flush short dead-end pipe sections not swabbed by a pig. 35 d. Once pigging is complete: 36 1) Pigging wyes shall remain in place unless otherwise specified in the 37 Contract Documents. 38 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 1 3) Plug and place blocking at other openings. 2 4) Backfill 3 5) Complete all appurtenant work necessary to secure the system and proceed 4 with disinfection. 5 C. Flushing Method 6 1. Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes 7 and numbers, and with adequate flushing to achieve a minimum velocity in the 8 main of 2.5 feet per second. 9 a. Minimum blow -off sizes for various main sizes are as follows: 10 1) 4-inch through 8-inch main —3/4-inch blow -off 11 2) 10-inch through 12-inch main — 1-inch blow -off 12 3) 16-inch and greater main — 2-inch blow -off 13 b. Flushing shall be subject to the following limitations: 14 1) Limit the volume of water for flushing to 3 times the volume of the water 15 main. 16 2) Do not unlawfully discharge chlorinated water. 17 3) Do not damage private property. 18 4) Do not create a traffic hazard. 19 c. Once Flushing is complete: 20 1) Corporations stops used for flushing shall be plugged. 21 D. Daily main cleaning 22 1. Wipe joints and then inspect for proper installation. 23 2. Sweep each joint and keep clean during construction. 24 3. Install a temporary plug on all exposed mains at the end of each working day or an 25 extended period of work stoppage. 26 E. Hydrostatic Testing 27 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 28 the following criteria: 29 a. Furnish and install corporations for proper testing of the main. 30 1) Furnish adequate and satisfactory equipment and supplies necessary to 31 make such hydrostatic tests. 32 2) The section of line to be tested shall be gradually filled with water, 33 carefully expelling the air and the specified pressure applied. 34 b. The City will furnish water required for the testing at its nearest City line. 35 c. Expel air from the pipe before applying the required test pressure. 36 d. Test Pressure 37 1) Test pressures should meet the following criteria: 38 a) Not less than 1.25 (187 psi minimum) times the stated working 39 pressure of the pipeline measured at the highest elevation along the test 40 section. 41 b) Not less than 1.5 (225 psi minimum) times the stated working pressure 42 at the lowest elevation of the test section. 43 e. Test Conditions 44 1) Must be at least 2 hour duration 45 2) Add water as necessary to sustain the required test pressure. 46 3) Test fire hydrants to the fire hydrant valve. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch -pound units, L = SD �P 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WELLING TON M UL TIFAMIL Y CPN.• 104924 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1) Apply water at a constant rate in the newly laid main. 2 a) Use the existing distribution system or other approved source of 3 supply. 4 2) At a point not more than 10 feet downstream from the beginning of the new 5 main, water entering the new main shall receive a dose of chlorine. 6 a) Free chlorine concentration: 50 mg/L minimum, or as required by 7 TCEQ, whichever is greater. 8 b) Chlorine applications shall not cease until the entire conduit is filled 9 with heavily chlorinated water. 10 3) Retain chlorinated water in the main for at least 24 hours. 11 a) Operate valves and hydrants in the section treated in order to disinfect 12 the appurtenances. 13 b) Prevent the flow of chlorinated water into mains in active service. 14 c) Residual at the end of the 24-hour period: 10 mg/L free chlorine, 15 minimum, for the treated water in all portions of the main. 16 4) Flush the heavily chlorinated water from the main and dispose of in a 17 manner and at a location accepted by the City. 18 5) Test the chlorine residual prior to flushing operations. 19 a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the 20 new main until the chlorine residual is less the 4 mg/L. 21 b) The Contractor may choose to evacuate the water into water trucks, or 22 other approved storage facility, and treat the water with Sodium 23 Bisulfate, or another de -chlorination chemical, or method appropriate 24 for potable water and approved by the City until the chlorine residual is 25 reduced to 4 mg/L or less. 26 c) After the specified chlorine residual is obtained, the water may then be 27 discharged into the drainage system or utilized by the Contractor. 28 d. Slug Method 29 1) Water from the existing distribution system or other approved source of 30 supply shall be made to flow at a constant rate in the newly laid main. 31 2) At a point not more than 10 feet downstream from the beginning of the new 32 main, water entering the new main shall receive a dose of chlorine. 33 a) Free chlorine concentration: 100 mg/L minimum, or as required by 34 TCEQ, whichever is greater. 35 b) The chlorine shall be applied continuously and for a sufficient time to 36 develop a solid column or "slug" of chlorinated water that shall expose 37 all interior surfaces to the "slug" for at least 3 hours. 38 3) Operate the fittings and valves as the chlorinated water flows past to 39 disinfect the appurtenances. 40 4) Prevent the flow of chlorinated water into mains in active service. 41 5) Flush the heavily chlorinated water from the main and dispose of in a 42 manner and at a location accepted by the City. 43 6) Upon completion, test the chlorine residual remaining in the main. 44 a) Chlorine levels of 4 mg/l or less should be maintained. 45 2. Contractor Requirements 46 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 47 the disinfection method approved by the City with adequate provisions for 48 sampling. 49 b. Make all necessary taps into the main to accomplish chlorination of a new line, 50 unless otherwise specified in the Contract Documents. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 1 c. After satisfactory completion of the disinfection operation, as determined by 2 the City, remove surplus pipe at the chlorination and sampling points, plug the 3 remaining pipe, backfill and complete all appurtenant work necessary to secure 4 the main. 5 G. Dechlorination 6 1. General. All chlorinated water shall be de -chlorinated before discharge to the 7 environment. Chemical amounts, as listed in ANSI/AWWA C651: "Disinfecting 8 Water Mains", shall be used to neutralize the residual chlorine concentrations using 9 de -chlorination procedures listed in ANSI/AWWA C655: "Field De -Chlorination". 10 De -Chlorination shall continue until chlorine residual is non -detectable. 11 2. Testing. Contractor shall continuously test for the chlorine residual level 12 immediately downstream of the de -chlorination process, during the entire discharge 13 of the chlorinated water. Contractor shall periodically conduct chlorine residual 14 testing and check for possible fish kills at locations where discharged water enters 15 the existing watershed. 16 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the 17 distribution system or any other construction activities: 18 a. The Contract shall immediately alter activities to prevent further fish kills. 19 b. The Contractor shall immediately notify Water Department Field Operations 20 Dispatch. 21 c. The Contractor shall coordinate with City to properly notify TCEQ. 22 d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish 23 kills shall be the responsibility of the Contractor. 24 H. Bacteriological Testing (Water Sampling) 25 1. General 26 a. Notify the City when the main is suitable for sampling. 27 b. The City shall then take water samples from a suitable tap for analysis by the 28 City's laboratory, unless otherwise specified in the Contract Documents. 29 1) No hose or fire hydrant shall be used in the collection of samples. 30 2. Water Sampling 31 a. Complete microbiological sampling prior to connecting the new main into the 32 existing distribution system in accordance with AWWA C651. 33 b. Collect samples for bacteriological analysis in sterile bottles treated with 34 sodium thiosulfate. 35 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, 36 from the new main. 37 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 38 (or at the next available sampling point beyond 1,000 linear feet as designated 39 by the City), plus 1 set from the end of the line and at least 1 set from each 40 branch. 41 e. If trench water has entered the new main during construction or, if in the 42 opinion of the City, excessive quantities of dirt or debris have entered the new 43 main, obtain bacteriological samples at intervals of approximately 200 linear 44 feet. 45 f. Obtain samples from water that has stood in the new main for at least 16 hours 46 after formal flushing. 47 3. Repetition of Sampling CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 1 2 3 4 5 6 7 8 E 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 a. Unsatisfactory test results require a repeat of the disinfection process and re - sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.10.E. Le.- Added service lines to hydrostatic testing requirements 1.3.A.2.d Added AWWA C655 Field De -Chlorination as reference 2/6/2013 D Townsend 3.10.G — Added De -Chlorination Requirement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WELLING TON M UL TIFAMIL Y CPN.• 104924 -1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pagel of 21 1 SECTION 33 0510 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division 1 — General Requirements 30 3. Section 02 41 13 — Selective Site Demolition 31 4. Section 02 41 15 — Paving Removal 32 5. Section 02 41 14 — Utility Removal/Abandonment 33 6. Section 03 30 00 — Cast -in -place Concrete 34 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 —Site Clearing 36 9. Section 3125 00 — Erosion and Sediment Control 37 10. Section 33 05 26 — Utility Markers/Locators 38 11. Section 34 71 13 — Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment 41 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 _2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 2 3 4 5 6 7 8 9 10 11 12 -3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 21 f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 13 1.3 REFERENCES 14 15 16 17 18 19 20 21 A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: L � �1 ..\� INI i of BACK`li!�: O 5JRINGLIN- ���/ HAWI IIK.G T 3LD01NC tier,' FQLVA i4N 1\ EAS:> WAVED AREAS y -N EXCAMEn IRFNCH WID H CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 /Z f L XY n \� w el \i \i CIS CLLMANCF WELLING TON M UL TIFAMIL Y CPN.• 104924 -4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 1 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas — The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas — The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity -Flow Applications 33 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods (Shallow Depth) 35 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods (Shallow Depth) 37 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 41 Regulations for Construction, Subpart P - Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2021 -5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. W thin Existing Rights -of -Way (ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements, unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non -paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils, embedment or 38 backfill materials within the ROW, easement or temporary construction 39 easement, then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2021 -6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 1 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill Sieve Size Percent Retained — 1/Z„ 0 1/4" 0-5 #4 0-10 # 16 0-20 #50 20-70 # 100 60-90 #200 90-100 e. The City has a pre -approved list of sand sources for utility embedment. The pre -approved list can be found on the City website, Project Resources page. The utility sand sources in the pre -approved list have demonstrated continued quality and uniformity on City of Fort Worth projects. Sand from these sources are pre -approved for use on City projects without project specific testing. 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56,57 or 67 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 _7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 1 c. May be unwashed 2 d. Free from significant silt clay or unsuitable materials 3 e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 4 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 5 sodium sulfate soundness per ASTM C88 6 3. Fine Crushed Rock 7 a. Durable crushed rock 8 b. Meets the gradation of ASTM D448 size numbers 8 or 89 9 c. May be unwashed 10 d. Free from significant silt clay or unsuitable materials. 11 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 12 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 13 sodium sulfate soundness per ASTM C88 14 4. Ballast Stone 15 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 16 b. May be unwashed 17 c. Free from significant silt clay or unsuitable materials 18 d. Percentage of wear not more than 40 percent per ASTM C 131 or C535 19 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 20 sodium sulfate soundness per ASTM C88 21 5. Acceptable Backfill Material 22 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 23 ASTM D2487 24 b. Free from deleterious materials, boulders over 6 inches in size and organics 25 c. Can be placed free from voids 26 d. Must have 20 percent passing the number 200 sieve 27 6. Blended Backfill Material 28 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 29 b. Blended with in -situ or imported acceptable backfill material to meet the 30 requirements of an Acceptable Backfill Material 31 c. Free from deleterious materials, boulders over 6 inches in size and organics 32 d. Must have 20 percent passing the number 200 sieve 33 7. Unacceptable Backfill Material 34 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 35 D2487 36 8. Select Fill 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limit less than 35 39 c. Plasticity index between 8 and 20 40 9. Cement Stabilized Sand (CSS) 41 a. Sand 42 1) Shall be clean, durable sand meeting grading requirements for fine 43 aggregates of ASTM C33 and the following requirements: 44 a) Classified as SW, SP, or SM by the United Soil Classification System 45 of ASTM D2487 46 b) Deleterious materials 47 (1) Clay lumps, ASTM C142, less than 0.5 percent 48 (2) Lightweight pieces, ASTM C 123, less than 5.0 percent CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 _8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/11 portland cement c. W ter 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D1633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. f. Random samples of delivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D1632. 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High -tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 12. Concrete Encasement a. Conform to Section 03 30 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 -9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 22 3.3 PREPARATION 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Protection of In -Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) W ere desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. W en operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 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 -10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Transportation Management Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Transportation Management Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 35 3.4 INSTALLATION 36 37 38 39 40 41 42 43 44 45 46 A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 -11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 21 1 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 2 excavation shall not advance beyond the pipe placement so that the trench may be 3 backfilled in the same day. 4 6. Over Excavation 5 a. Fill over excavated areas with the specified bedding material as specified for 6 the specific pipe to be installed. 7 b. No additional payment will be made for over excavation or additional bedding 8 material. 9 7. Unacceptable Backfill Materials 10 a. In -situ soils classified as unacceptable backfill material shall be separated from 11 acceptable backfill materials. 12 b. If the unacceptable backfill material is to be blended in accordance with this 13 Specification, then store material in a suitable location until the material is 14 blended. 15 c. Remove all unacceptable material from the project site that is not intended to be 16 blended or modified. 17 8. Rock — No additional compensation will be paid for rock excavation or other 18 changed field conditions. 19 B. Shoring, Sheeting and Bracing 20 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 21 specific excavation safety system in accordance with Federal and State 22 requirements. 23 2. Excavation protection systems shall be designed according to the space limitations 24 as indicated in the Drawings. 25 3. Furnish, put in place and maintain a trench safety system in accordance with the 26 Excavation Safety Plan and required by Federal, State or local safety requirements. 27 4. If soil or water conditions are encountered that are not addressed by the current 28 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 29 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 30 City. 31 5. Do not allow soil, or water containing soil, to migrate through the Excavation 32 Safety System in sufficient quantities to adversely affect the suitability of the 33 Excavation Protection System. Movable bracing, shoring plates or trench boxes 34 used to support the sides of the trench excavation shall not: 35 a. Disturb the embedment located in the pipe zone or lower 36 b. Alter the pipe's line and grade after the Excavation Protection System is 37 removed 38 c. Compromise the compaction of the embedment located below the spring line of 39 the pipe and in the haunching 40 C. Water Control 41 1. Surface Water 42 a. Furnish all materials and equipment and perform all incidental work required to 43 direct surface water away from the excavation. 44 2. Ground Water 45 a. Furnish all materials and equipment to dewater ground water by a method 46 which preserves the undisturbed state of the subgrade soils. 47 b. Do not allow the pipe to be submerged within 24 hours after placement. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2021 -12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 1 c. Do not allow water to flow over concrete until it has sufficiently cured. 2 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 3 Control Plan if any of the following conditions are encountered: 4 1) A Ground Water Control Plan is specifically required by the Contract 5 Documents 6 2) If in the sole judgment of the City, ground water is so severe that an 7 Engineered Ground Water Control Plan is required to protect the trench or 8 the installation of the pipe which may include: 9 a) Ground water levels in the trench are unable to be maintained below 10 the top of the bedding 11 b) A firm trench bottom cannot be maintained due to ground water 12 c) Ground water entering the excavation undermines the stability of the 13 excavation. 14 d) Ground water entering the excavation is transporting unacceptable 15 quantities of soils through the Excavation Safety System. 16 e. In the event that there is no bid item for a Ground Water Control and the City 17 requires an Engineered Ground Water Control Plan due to conditions discovered 18 at the site, the contractor will be eligible to submit a change order. 19 f. Control of ground water shall be considered subsidiary to the excavation when: 20 1) No Ground Water Control Plan is specifically identified and required in the 21 Contract Documents 22 g. Ground Water Control Plan installation, operation and maintenance 23 1) Furnish all materials and equipment necessary to implement, operate and 24 maintain the Ground Water Control Plan. 25 2) Once the excavation is complete, remove all ground water control 26 equipment not called to be incorporated into the work. 27 h. Water Disposal 28 1) Dispose of ground water in accordance with City policy or Ordinance. 29 2) Do not discharge ground water onto or across private property without 30 written permission. 31 3) Permission from the City is required prior to disposal into the Sanitary 32 Sewer. 33 4) Disposal shall not violate any Federal, State or local regulations. 34 D. Embedment and Pipe Placement 35 1. Water Lines less than, or equal to, 12 inches in diameter: 36 a. The entire embedment zone shall be of uniform material. 37 b. Utility sand shall be generally used for embedment. 38 c. If ground water is in sufficient quantity to cause sand to pump, then use 39 crushed rock as embedment. 40 1) If crushed rock is not specifically identified in the Contract Documents, 41 then crushed rock shall be paid by the pre -bid unit price. 42 d. Place evenly spread bedding material on a firm trench bottom. 43 e. Provide firm, uniform bedding. 44 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 45 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 46 proposed grade, unless specifically called for in the Drawings. 47 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 48 more than 12 inches, above the pipe. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 i. W ere gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. W ter Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit pnce. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. W ere gate valves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. W ter Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) f 1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. W ere gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. m. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit pnce. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. 1. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. m. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer (PP - Polypropylene) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment up to top of pipe. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. j. Density test may be performed by City to verify that the compaction of embedment meets requirements. k. Place trench geotextile fabric on top of the initial backfill. 7. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 -16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. £ Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 8. W ter Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 9. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit pnce. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 -17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2. Backfill Material 4 a. Final backfill (not under existing pavement or future pavement) 5 1) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8 c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater (under existing or future pavement) 10 1) Backfill depth from 0 tol5 feet deep 11 a) Backfill with: 12 (1) Acceptable backfill material 13 (2) Blended backfill material, or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill with: 17 (1) Select Fill 18 (2) CSS, or 19 (3) CLSM when specifically required 20 b) 21 c. Backfill for service lines: 22 1) Backfill for water or sewer service lines shall be the same as the 23 requirement of the main that the service is connected to. 24 3. Required Compaction and Density 25 a. Final backfill (depths less than 15 feet/under existing or future pavement) 26 1) Compact acceptable backfill material, blended backfill material or select 27 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 28 moisture content within -2 to +5 percent of the optimum moisture. 29 2) CSS or CLSM requires no compaction. 30 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 31 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 32 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 33 moisture up to the final grade. 34 2) CSS or CLSM requires no compaction. 35 c. Final backfill (not under existing or future pavement) 36 1) Compact acceptable backfill material blended backfill material, or select 37 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 38 moisture content within -2 to +5 percent of the optimum moisture. 39 4. Saturated Soils 40 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 41 optimum moisture content, the soils are considered saturated. 42 b. Flooding the trench or water jetting is strictly prohibited. 43 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 44 Appendix, Contractor shall proceed with Work following all backfill procedures 45 outlined in the Drawings for areas of soil saturation greater than 5 percent. 46 d. If saturated soils are encountered during Work but not identified in Drawings or 47 Geotechnical Report in the Appendix: 48 1) The Contractor shall: 49 a) Immediately notify the City. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 -18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 -19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 1 3.5 REPAIR [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests and Inspections 5 1. Proctors 6 a. The City will perform Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) W en indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the commercial testing firm approved by the City. d. The commercial testing lab will perform moisture/density test for every 200-ft or less of trench length, as measured along the length of the pipe. A minimum of one test shall be performed for every 2 vertical feet of compacted backfill material, independent of the contractor's lift thickness for compaction. Test locations shall be staggered within each lift so that successive lifts are not tested in the same location. A random number generator may be used to determine test locations. Moisture/density tests shall be performed at a depth not more than 2 feet above the top of the pipe bedding and in 2-foot increments up to the final grade. The project inspector or project manager may request testing at an increased frequency and/or at specific locations. e. The contractor can proceed with subsequent earthwork only after test results for previously completed work comply with requirements. If the required compaction density has not been obtained, the backfill should be scarified and moistened or aerated, or removed to a depth required, and be replaced with approved backfill, and re -compacted to the specified density at the contractor's expense. In no case will excavation, pipe -laying, or other operation be allowed to proceed until the specified compaction is attained. f. The testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. g. A formal report will be posted to the City's Accela (Developer Projects) and BIM 360 (City Projects) site within 48 hours. h. Test reports shall include: 1) Location of test by station number CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 -20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 1 2) Time and date of test 2 3) Depth of testing 3 4) Field moisture 4 5) Dry density 5 6) Proctor identifier 6 7) Percent Proctor Density 7 3. Density of Embedment 8 a. Storm sewer boxes that are embedded with acceptable backfill material, 9 blended backfill material, cement modified backfill material or select material 10 will follow the same testing procedure as backfill. 11 b. The City may test fine crushed rock or crushed rock embedment in accordance 12 with ASTM D2922 or ASTM 1556. 13 B. Non -Conforming Work 14 1. All non -conforming work shall be removed and replaced. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 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 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement 11/09/16 Z. Arega 2.2.A. Ld Modify gradation for sand material 2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - 2/26/2021 Z. Arega Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2021 -21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised April 2, 2021 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 0512 WATER LINE LOWERING 3305 12- 1 WATER LINE LOWERING Page 1 of 4 5 A. Section Includes: 6 1. Locations where existing 12-inch or smaller water lines are crossed by a new storm 7 sewer, sanitary sewer or water transmission main and the existing water line is to be 8 lowered under the proposed improvement and no design profile has been provided 9 in the Drawings 10 2. Locations where a new 12-inch or smaller water line is installed and crosses an 11 existing underground conflict which requires the water line to be lowered greater 12 than two feet below the standard depth and has not been detailed in the Drawings 13 3. 16-inch and larger water lines are excluded from this Section and should be 14 specifically designed for lowering and paid for by unit price items 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division 1 — General Requirements 21 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 22 4. Section 33 05 10 —Utility Trench Excavation, Embedment, and Backfill 23 5. Section 33 11 10 — Ductile Iron Pipe 24 6. Section 33 11 11 —Ductile Fittings 25 7. Section 33 11 12 — Polyvinyl Chloride (PVC) Pressure Pipe 26 8. Section 33 12 25 — Connection to Existing Water Main 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 1. Water Line Lowering 30 a. Measurement 31 1) Measurement for this Item shall be per each by size of each Water Line 32 Lower performed. 33 b. Payment 34 1) The work performed and the materials furnished in accordance with this 35 Item shall be paid for at the unit price bid per each "Water Line Lowering" 36 installed for: 37 a) Various Sizes 38 c. The price bid shall include: 39 1) Furnishing and installing Ductile Iron or PVC Pipe and Ductile Iron 40 Fittings CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 3305 12-2 WATER LINE LOWERING Page 2 of 4 2) Polyethylene encasement 2 3) Paving removal 3 4) Excavation 4 5) Hauling 5 6) Disposal of excess material 6 7) Furnishing and placement of embedment 7 8) Furnishing, placement, and compaction of backfill 8 9) Thrust restraint 9 10) Bolts and nuts 10 11) Gaskets 11 12) Clean-up 12 13) Cleaning 13 14) Disinfection 14 15) Testing 15 16) Connections to the existing water line 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. Texas Commission on Environmental Quality (TCEQ) 22 a. Title 30 Texas Administrative Code (TAC) Chapter 290, Public Drinking 23 Water. 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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 PART 2 - PRODUCTS 34 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 35 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 36 A. Materials 37 1. Ductile Iron Pipe shall conform to Section 33 11 10. 38 2. Ductile Iron Fittings with retainer glands shall conform to Section 33 11 11. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 330512-3 WATER LINE LOWERING Page 3 of 4 1 3. Polyvinyl Chloride (PVC) pressure Pipe shall conform to Section 33 11 12. 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 7 A. Evaluation and Assessment 8 1. Verify elevation of conflict which requires the water line to be relocated. 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A. General 1. Water lines lowered to resolve conflicts between the water line and a proposed utility shall be lowered to maintain a 2-foot separation between the outside diameters of the water line and the other buried utilities. a. When approved by the Water Department, the separation may be reduced to 12- inches. b. No exception shall be granted to the criteria in Article 3.4 B of the Section. B. Water Crossing Sanitary Sewer 1. Water lines crossing sanitary sewer shall be in accordance with the TCEQ Title 30 TAC Chapter 290. C. Water Lines Crossing under Storm Drains 1. Water lines crossing within 2 feet below storm drains shall be constructed of Ductile Iron Pipe in accordance with Section 33 11 10. D. Install Ductile Iron Pipe in accordance with Section 33 11 10. E. Install Ductile Iron Fittings with retainer glands in accordance with Section 33 11 11. F. Install Polyvinyl Chloride (PVC) Pressure Pipe in accordance with Section 33 11 12. G. Disinfect and test at the direction of the City. H. Complete connections to the existing main in accordance with Section 33 12 25. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 330512-4 WATER LINE LOWERING Page 4 of 4 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 12/20/2012 D. Johnson 1. LA — Clarification of when Section is applicable CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 3305 13- 1 FRAME, COVER, AND GRADE RINGS Page 1 of 6 1 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A.Section Includes: 6 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary 7 sewer and storm drain structures such manholes or vaults 8 2. Compression Molded Composite Frames and Covers used as access ports into 9 sanitary sewer and water structures such as manholes and junction boxes. 10 B.Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C.Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A.Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to the structure containing the frame, cover 20 and grade rings. 21 2. Payment 22 a. The work performed and the materials furnished in accordance with this Item 23 are subsidiary to the unit price bid per each structure complete in place, and no 24 other compensation will be allowed. 25 1.3 REFERENCES 26 A.Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. ASTM International (ASTM) 31 a. ASTM A48 — Standard Specification for Gray Iron Castings 32 b. ASTM A536 - Standard Specification for Ductile Iron Castings 33 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 34 3. American Association of State Highways and Transportation Officials (AASHTO) 35 a. AASHTO HS-25 — AASHTO Highway Bridge Specification: Axial Loading to 36 meet or exceed 21,280 pounds/wheel load 37 b. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and 38 Related Castings CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 330513-2 FRAME, COVER, AND GRADE RINGS Page 2 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A.Submittals shall be in accordance with Section 0133 00. 4 B.All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A.Product Data 8 1. All castings shall be cast with: 9 a. Approved foundry's name 10 b. Part number 11 c. Country of origin 12 2. All moldings shall display: 13 a. Approved Molder 14 b. Molding date 15 c. Wording that material is non-metallic 16 d. Country of origin 17 3. Provide manufacturers: 18 a. Specifications 19 b. Load tables 20 c. Dimension diagrams 21 d. Anchor details 22 e. Installation instructions 23 B.Certificates 24 1. Manufacturer shall certify that all castings or moldings conform to the ASTM and 25 AASHTO designations. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 34 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 35 A.Manufacturers 36 1. Only the manufacturers as listed on the City's Standard Products List will be 37 considered as shown in Section 0160 00 unless otherwise specified on the plans. CITY OF FORT WORTH LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 6 1 a. The manufacturer must comply with this Specification and related Sections. 2 2. Any product that is not listed on the Standard Products List is considered a 3 substitution and shall be submitted in accordance with Section 0125 00. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 B.Cast Iron Covers 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle loading with permanent deformation. 4. Covers a. Size to set flush with the frame with no larger than a 1/8-inch gap between the frame and cover b. Provide with 2-inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 24 inches for all storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 30 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. C. Composite Covers 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or combined with reinforcing fiber rovings, short fiber filaments, or equivalent nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a polymer, vinylester, or a blend of these. The moldings shall be true to pattern in locations affecting their strength and value for the service intended. Before the moldings are removed from the molding operation, they shall be thoroughly deflashed and cleaned at the parting lines, holes, notches and all exposed edges. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 W LLINGTONMULTIFAMILY CPN.• 104924 3305 13 - 4 FRAME, COVER, AND GRADE RINGS Page 4 of 6 1 2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle 2 loading with permanent deformation. Composite frames shall have a minimum wall 3 thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel 4 impact. 5 3. Metal reinforcements or metal hinges molded within the composite shall not be 6 permitted. 7 4. All composite moldings shall have UV stabilizers (concentrations from 0.05% to 8 5%) added prior to shaping the product by injection molding. 9 5. Covers 10 a. Composite covers shall be compression molded under high pressures (>0.5 11 tons/sq inch of x-y surface area) and high temperatures (>200 degrees F). 12 Components for locking systems below the cover exposed to sewer environment 13 shall be made of noncorrosive materials such as nonmagnetic 316 stainless steel 14 (Austenite) or a polymer. 15 b. Size to set flush with the frame with no larger than a 1/8 -inch gap between the 16 frame and cover 17 c. Provide with 2 - inch wide pick slots in lieu of pick holes. 18 d. Provide gasket in frame and cover. 19 e. Standard Dimensions 20 1) Sanitary Sewer and Water 21 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 22 cover assemblies unless otherwise specified in the Contract Documents. 23 f. Standard Labels 24 1) Sanitary Sewer 25 a) Cast lid with the word "SANITARY SEWER" in 1-1/2-inch 26 (minimum) or 2-inch (maximum) letters across the lid. 27 2) Water 28 a) Cast lid with the word "WATER" in 1-1/2-inch (minimum) or 2-inch 29 (maximum) letters across the lid. 30 b) 31 g. Hinge Covers 32 1) Hinged covers shall be double -hinged allowing a minimal 180' full 33 opening. 34 2) Provide water tight gasket on all hinged covers. 35 3) Sanitary Sewer 36 a) Provide hinged covers for all manholes or structures constructed over 37 all sewer lines. 38 D.Grade Rings 39 1. Provide composite grade rings in sizes from 2-inch up to 8-inch. 40 2. Precast concrete grade rings are not permitted 41 3. Riser adjustment to surface grade may be constructed using circular Sonotube® 42 forms 43 E. Joint Sealant 44 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape 45 form. 46 2. Provide sealant that is not dependant on a chemical action for its adhesive 47 properties or cohesive strength. CITY OF FORT WORTH LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 330513-5 FRAME, COVER, AND GRADE RINGS Page 5 of 6 1 3. Provide adhesive as recommended by manufacturer on composite covers/grade 2 rings. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A.Grade Rings 1. Place as shown in the City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each composite grade ring with sealant specified in this Specification and as shown on the City Standard Details. B.Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. Hinges are not required on composite manhole covers. C.Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D.Concrete Collar 1. Provide concrete collar around all frame and cover assemblies constructed at grade. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 W LLINGTONMULTIFAMILY CPN.• 104924 330513-6 FRAME, COVER, AND GRADE RINGS Page 6 of 6 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 22'/2 inches 2.2.B.4.d.2)a) — Updated to clear opening dimensions to 24 inches 3/19/2021 C. Henry 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 30 inches 7/02/2021 M Owen Included composite requirements 12/09/2021 M Owen Update specification to correspond to standard detail revisions. 9/09/2022 M Owen 2.2 D and E and 3.4 A — Clarified use of composite grade rings or adjustment using circular Sonotube® forms and that precast concrete grade rings are not permitted. 13 CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 330514-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Pagel of 8 1 SECTION 33 0514 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 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 32 01 17 — Permanent Asphalt paving Repair 16 4. Section 32 0129 — Concrete Paving Repair 17 5. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 18 6. Section 33 05 13 — Frame, Cover and Grade Rings 19 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 20 8. Section 33 39 20 — Precast Concrete Manholes 21 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 22 10. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valve 23 11. Section 33 04 11 — Corrosion Control Test Station 24 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Manhole — Minor Adjustment 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment using only grade 30 rings or other minor adjustment devices to raise or lower a manhole to a grade 31 as specified on the Drawings. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each "Manhole Adjustment, 35 Minor" completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling 40 4) Disposal of excess material CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3305 14 - 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 8 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 3. Manhole - Major Adjustment with Frame and Cover a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 4. Inlet a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 8 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inlet to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 5. Valve Box a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 6. Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 330514-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 8 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Meter Box a. Measurement 1) Minor adjustments to meter box less than 6-inches vertical shall be considered subsidiary to the meter box pay item. 2) Measurement for this Item shall be per each water meter adjustment required in excess of 6-inches vertically to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Meter Box Adjustment Extension" completed. c. The price bid shall include: 1) Excavation 2) Hauling 3) Disposal of excess material 4) Adjustment materials 5) Furnishing, placing and compaction of embedment and backfill 6) Concrete base material, as required 7) Surface restoration, unimproved area, as required 8) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLING TON M UL TIFAMIL Y CPN.• 104924 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 8 1 9. Miscellaneous Structure 2 a. Measurement 3 1) Measurement for this Item shall be per each adjustment requiring structural 4 modifications to said structure to a grade specified on the Drawings. 5 b. Payment 6 1) The work performed and the materials furnished in accordance with this 7 Item will be paid for at the unit price bid per each "Miscellaneous Structure 8 Adjustment" completed. 9 c. The price bid shall include: 10 1) Pavement removal 11 2) Excavation 12 3) Hauling 13 4) Disposal of excess material 14 5) Structural modifications 15 6) Furnishing, placing and compaction of embedment and backfill 16 7) Concrete base material 17 8) Permanent asphalt patch or concrete paving repair, as required 18 9) Clean-up 19 1.3 REFERENCES 20 A. Definitions 21 1. Minor Adjustment 22 a. Refers to a small elevation change performed on an existing manhole where the 23 existing frame and cover are reused. 24 2. Major Adjustment 25 a. Refers to a significant elevation change performed on an existing manhole 26 which requires structural modification or when a 24-inch ring is changed to a 27 30-inch ring. 28 B. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Texas Commission on Environmental Quality (TCEQ): 33 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and 34 Related Structures. 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 38 1.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE [NOT USED] 41 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 42 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 8 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Cast -in -Place Concrete 6 1. See Section 03 30 00. 7 B. Modifications to Existing Concrete Structures 8 1. See Section 03 80 00. 9 C. Grade Rings 10 1. See Section 33 05 13. 11 D. Frame and Cover 12 1. See Section 33 05 13. 13 E. Backfill material 14 1. See Section 33 05 10. 15 F. Water valve box extension 16 1. See Section 33 12 20. 17 G. Corrosion Protection Test Station 18 1. See Section 33 04 11. 19 H. Cast -in -Place Concrete Manholes 20 1. See Section 33 39 10. 21 I. Precast Concrete Manholes 22 1. See Section 33 39 20. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION 28 A. Verification of Conditions 29 1. Examine existing structure to be adjusted, for damage or defects that may affect 30 grade adjustment. 31 a. Report issue to City for consideration before beginning adjustment. 32 3.3 PREPARATION 33 A. Grade Verification CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 8 1 1. On major adjustments confirm any grade change noted on Drawings is consistent 2 with field measurements. 3 a. If not, coordinate with City to verify final grade before beginning adjustment. 4 3.4 ADJUSTMENT 5 A. Manholes, Inlets, and Miscellaneous Structures 6 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 7 30-inch frame and cover assembly per TCEQ requirement. 8 2. On manhole major adjustments, inlets and miscellaneous structures protect the 9 bottom using wood forms shaped to fit so that no debris blocks the invert or the 10 inlet or outlet piping in during adjustments. 11 a. Do not use any more than a 2-piece bottom. 12 3. Use the least number of grade rings necessary to meet required grade. 13 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 14 rings. 15 b. The maximum height of adjustment shall be no more than 12 inches for any 16 combination of grade rings. If 12 inches is required, use 3 — 4 inch rings. 17 B. Valve Boxes 18 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 19 the Drawings. 20 C. Backfill and Grading 21 1. Backfill area of excavation surrounding each adjustment in accordance to Section 22 3305 10. 23 D. Pavement Repair 24 1. If required pavement repair is to be performed in accordance with Section 32 01 17 25 or Section 32 0129. 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 330514-8 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added 12/20/2012 D. Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added 9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings 3/11/2022 M Owen Add measurement and payment section for meter box adjustment CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 330522-1 STEEL CASING PIPE Page 1 of 6 1 SECTION 33 05 22 2 STEEL CASING PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing 7 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 8 on the Drawings 9 10 11 12 13 14 15 16 17 18 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 20 — Auger Boring 5. Section 33 05 23 — Hand Tunneling 6. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe 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 "Casing, By Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfill 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 330522-2 STEEL CASING PIPE Page 2 of 6 1 1) Measured horizontally along the surface for length of Steel Casing Pipe 2 installed 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" will be paid for at the unit 6 price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open 7 Cut" installed for: 8 a) Various Sizes 9 2) The work performed and materials furnished in accordance with this Item 10 and measured as provided under "Measurement" will be paid for at the unit 11 price bid per linear foot of "Casing, By Other than Open Cut" installed for: 12 a) Various Sizes 13 c. The price bid shall include: 14 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 15 2) Mobilization 16 3) Launching shaft 17 4) Receiving shaft 18 5) Pavement removal 19 6) Excavation 20 7) Hauling 21 8) Disposal of excess material 22 9) Furnishing, placement, and compaction of backfill 23 10) Clean-up 24 1.3 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. ASTM International (ASTM): 30 a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe 31 (NPS Sizes 4 and Over). 32 3. American Water Works Association (AWWA): 33 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 34 Enamel and Tape - Hot Applied. 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 0133 00. 38 B. All submittals shall be approved by the City prior to delivery. 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Product Data 41 1. Exterior Coating 42 a. Material data 43 b. Field touch-up procedures 44 2. Interior Coating CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 330522-3 STEEL CASING PIPE Page 3 of 6 1 a. Material data 2 b. Field touch-up procedures 3 B. Shop Drawings 4 1. No shop drawings required for Auger Boring 5 2. For Tunneling, provide the following: 6 a. Furnish details for Steel Casing Pipe outlining the following: 7 1) Grout/lubrication ports 8 2) Joint details 9 3) Other miscellaneous items for furnishing and fabricating pipe 10 b. Submit calculations in a neat, legible format that is sealed by a Licensed 11 Professional Engineer in Texas, consistent with the information provided in the 12 geotechnical report, and includes: 13 1) Calculations confirming that pipe jacking capacity is adequate to resist the 14 anticipated jacking loads for each crossing with a minimum factor of safety 15 of 2 16 2) Calculations confirming that pipe capacity is adequate to safely support all 17 other anticipated loads, including earth and groundwater pressures, 18 surcharge loads, and handling loads 19 3) Calculations confirming that jointing method will support all loading 20 conditions 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. Delivery, Handling, and Storage 26 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, 27 as recommended by the manufacturer, for protection during shipping and storage. 28 2. Deliver, handle and store pipe in accordance with the Manufacturer's 29 recommendations to protect coating systems. 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-SUPPLIEDPRODUCTS [NOT USED] 34 2.2 MATERIALS 35 A. Design Criteria 36 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or 37 exceeds the design requirements of this Specification and that is specifically 38 designed for installation by the intended trenchless method. 39 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 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 330522-4 STEEL CASING PIPE Page 4 of 6 a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter Minimum Wall Thickness (inches) (inches) 14 — 18 .3125 (5/16) 20-24 .375 (3/8) 26 — 32 .5 (1/2) 34 — 42 .625 (5/8) 44 — 48 .6875 (11/16) Greater than 48 Project specific design 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 330522-5 STEEL CASING PIPE Page 5 of 6 1 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal 2 circumference, whichever is less. 3 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 4 diameter. 5 4) Roundness such that the difference between the major and minor outside 6 diameters shall not exceed 0.5 percent of the specified nominal outside 7 diameter or 1/4 inch, whichever is less. 8 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot 9 length. 10 3. All steel pipe shall have square ends. 11 a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from 12 a true plane perpendicular to the axis of the pipe and passing through the center 13 of the pipe at the end. 14 b. When pipe ends have to be beveled for welding, the ends shall be beveled on 15 the outside to an angle of 35 degrees with a tolerance of f 2'/2 degrees and with 16 a width of root face 1/16 inch f 1/32 inch. 17 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. 18 a. All girth weld seams shall be ground flush. 19 C. Finishes 20 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in 21 accordance with the requirements of AWWA C203. 22 a. Touch up after field welds shall provide coating equal to those specified above. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 31 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with 32 Section 33 05 10. 33 1. Steel Casing Pipe connections shall be achieved by full penetration field butt 34 welding or an integral machine press -fit connection (Permalok or equal) prior to 35 installation of the pipe, depending on the type of carrier pipe. 36 2. Allowable joint types for each crossing are shown on the Drawings. 37 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of 38 steel pipe is acceptable. 39 4. Integral machined press -fit connections shall be installed in accordance with the 40 manufacturer's installation procedures and recommendations. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 330522-6 STEEL CASING PIPE Page 6 of 6 1 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 2 Section 33 05 24. 3 C. Contact grouting of the annulus outside the casing pipe shall be performed in 4 accordance with Section 33 05 23 or Section 33 05 20. 5 3.5 REPAIR / RESTORATION [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIELD [OR] SITE 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 Revision Log DATE NAME SUMMARY OF CHANGE 17 12/20/2012 D. Johnson 2.2•A — Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 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 0130 — Sewer and Manhole Testing 15 4. Section 33 11 13 - Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 16 1.2 PRICE AND PAYMENT PROCEDURES 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 A. Measurement and Payment 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Casing Spacers 5) End seals 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9.2022 WELLING TON M UL TIFAMIL Y CPN.• 104924 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 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 for "Water Carrier Pipe" complete in place for: 5 a) Various Sizes 6 c. The price bid shall include: 7 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 8 as specified by the Drawings 9 2) Mobilization 10 3) Grout 11 4) Joint restraint 12 5) Casing Spacers 13 6) End seals 14 7) Excavation 15 8) Hauling 16 9) Disposal of excess material 17 10) Clean-up 18 1.3 REFERENCES 19 A. Definitions 20 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 21 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 22 ground and provides a stable underground excavation for installation of the carrier 23 pipe 24 B. 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 Society of Testing and Materials (ASTM) 29 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 30 Specimens. 31 b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 32 Mortars (Using 2-in or [50 mm] Cube Specimens). 33 c. D638, Standard Test Method for Tensile Properties of Plastics. 34 3. International Organization for Standardization (ISO): 35 a. 9001, Quality Management Systems - Requirements. 36 4. Occupational Safety and Health Administration (OSHA) 37 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 38 1926, Subpart S, Underground Construction and Subpart P, Excavation. 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 0133 00. 42 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9.2022 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Casing Isolators/Spacers 4 a. Material Data 5 2. Grout Mix 6 a. Material Data 7 B. Shop Drawings 8 1. Required for 24-inch and larger pipe installations 9 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 10 construction methods to be employed. 11 3. Casing Spacers/Isolators 12 a. Detail drawings and manufacturer's information for the casing isolators/spacers 13 that will be used. 14 1) Include dimension and component materials and documentation of 15 manufacturer's ISO 9001:2000 certification. 16 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 17 by -case basis. 18 c. For consideration of alternate method, submit a detailed description of method 19 including details. 20 4. End seal or bulkhead designs and locations for casing/liners. 21 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 22 Plan and Methods including: 23 a. Grouting methods 24 b. Details of equipment 25 c. Grouting procedures and sequences including: 26 1) Injection methods 27 2) Injection pressures 28 3) Monitoring and recording equipment 29 4) Pressure gauge calibration data 30 5) Materials 31 d. Grout mix details including: 32 1) Proportions 33 2) Admixtures including: 34 a) Manufacturer's literature 35 b) Laboratory test data verifying the strength of the proposed grout mix 36 c) Proposed grout densities 37 d) Viscosity 38 e) Initial set time of grout 39 (1) Data for these requirements shall be derived from trial batches from 40 an approved testing laboratory. 41 e. Submit a minimum of 3 other similar projects where the proposed grout mix 42 design was used. 43 f. Submit anticipated volumes of grout to be pumped for each application and 44 reach grouted. 45 g. For pipe installations greater than 36-inches, without hold down jacks or a 46 restrained spacer, provide buoyant force calculations during grouting and 47 measures to prevent flotation. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9.2022 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 1 1) Calculations sealed by a licensed Engineer in the State of Texas. 2 h. Description of methods and devices to prevent buckling of carrier pipe during 3 grouting of annular space, if required 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Certifications 8 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 9 ISO9001:2000. 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1 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 MATERIALS 16 A. Manufacturers 17 1. Only the manufacturers as listed on the City's Standard Products List will be 18 considered as shown in Section 0160 00. 19 a. The manufacturer must comply with this Specification and related Sections. 20 2. Any product that is not listed on the Standard Products List is considered a 21 substitution and shall be submitted in accordance with Section 0125 00. 22 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 23 regularly engaged in the manufacturing of casing spacers/isolators. 24 B. Design Criteria and Materials 25 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 26 indicated in PART 3 of this Specification, incorporating all support/insulator 27 dimensions required. Diameter Specification (inches) Material Reference Water Line 6-12 DIP (Restrained) 33 11 10 16-20 24 and greater Sanitary Sewer Line 8-16 18 and greater DIP (Restrained) AWWA C303 (Restrained) DIP (Restrained) AWWA C303 (Restrained) AWWA C301 (Restrained) DIP (with Ceramic Epoxy) DIP (with Ceramic Epoxy) Fiberglass 33 11 10 33 1113 33 1110 33 1113 33 11 15 33 1110 33 1110 3331 13 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9.2022 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 10 1 2. Grout of annular space 2 a. For gravity sewer carrier pipe installation: 3 1) Fill all voids between the carrier pipe and the casing or liner with grout. 4 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 5 shall be in contact with the grout. 6 b. For water line installation: 7 1) No annular space fill will be used. 8 3. Grout Mixes 9 a. Low Density Cellular Grout (LDCC) 10 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be 11 LDCC. 12 2) The LDCC shall be portland cement -based grout mix with the addition of a 13 foaming agent designed for this application. 14 3) Develop 1 or more grout mixes designed to completely fill the annular 15 space based on the following requirements: 16 a) Provide adequate retardation to completely fill the annular space in 1 17 monolithic pour. 18 b) Provide less than 1 percent shrinkage by volume. 19 c) Compressive Strength 20 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 21 d) Design grout mix with the proper density and use proper methods to 22 prevent floating of the carrier pipe. 23 e) Proportion grout to flow and to completely fill all voids between the 24 carrier pipe and the casing or liner. 25 4. End Seals 26 a. Provide end seals at each end of the casing or liner to contain the grout backfill 27 or to close the casing/liner ends to prevent the inflow of water or soil. 28 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 29 PL Link Seal as manufactured by the Thunderline Corporation or approved 30 equal. 31 2) For water piping 24-inch diameter and greater, use pull -on, 1/8 inch thick, 32 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 33 Insulator, Inc. or approved equal. 34 3) For sewer piping, no end seals are required since the annular space between 35 the carrier pipe and the casing will be grouted. 36 b. Design end seals to withstand the anticipated soil or grouting pressure and be 37 watertight to prevent groundwater from entering the casing. 38 5. Casing Spacers/Insulators 39 a. Provide casing spacers/insulators to support the carrier pipe during installation 40 and grouting (where grout is used). 41 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing 42 spacers/isolators. 43 2) Mortar bands shall be in accordance with Section 33 11 13. 44 b. Casing Spacers/Isolators material and properties: 45 1) Shall be minimum 14 gage 46 2) For water pipe, utilize Stainless Steel. 47 3) For sewer pipe, utilize Coated Steel. 48 4) Suitable for supporting weight of carrier pipe without deformation or 49 collapse during installation CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9.2022 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 10 1 c. Provide restrained -style casing spacers to hold all pipes stable during grouting 2 operations and prevent floating or movement. 3 d. Provide dielectric strength sufficient to electrically isolate each component 4 from one another and from the casing. 5 e. Design risers for appropriate loads, and, as a minimum: 6 1) Provide 10 gage steel risers 7 a) Provide stainless steel bands and risers for water installations. 8 f. Band material and criteria 9 1) Provide polyvinyl chloride inner liner with: 10 a) Minimum thickness of 0.09 inches 11 b) Durometer "A" of 85-90 hardness 12 c) Minimum dielectric strength of 58,000 volts 13 g. Runner material and criteria 14 1) Provide pressure -molded glass reinforced polymer or UHMW with: 15 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 16 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 17 steel studs. 18 3) Runner studs and nuts shall be recessed well below the wearing surface of 19 the runner 20 a) Fill recess with a corrosion inhibiting filler. 21 h. Riser height 22 1) Provide sufficient height with attached runner allow a minimum clearance 23 of 2 inches between the outside of carrier pipe bells or couplings and the 24 inside of the casing liner surface. 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 INSTALLATION 32 A. General 33 1. Carrier pipe installation shall not begin until the following tasks have been 34 completed: 35 a. All required submittals have been provided, reviewed and accepted. 36 b. All casing/liner joints are watertight and no water is entering casing or liner 37 from any sources. 38 c. All contact grouting is complete. 39 d. Casing/liner alignment record drawings have been submitted and accepted by 40 City to document deviations due to casing/liner installation. 41 e. Site safety representative has prepared a code of safe practices and an 42 emergency plan in accordance with applicable requirements. CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9.2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 2. The carrier pipe shall be installed within the casings or liners between the limits indicated on the Drawings, to the specified lines and grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities and the public. B. Control of Line and Grade 1. Install Carrier pipe inside the steel casing within the following tolerances: a. Horizontal 1) f 2 inches from design line b. Vertical 1) fl inch from design grade 2. Check line and grade set up prior to beginning carrier pipe installation. 3. Perform survey checks of line -and -grade of carrier pipe during installation operations. 4. The Contractor is fully responsible for the accuracy of the installation and the correction of it, as required. a. Where the carrier pipe installation does not satisfy the specified tolerances, correct the installation, including if necessary, redesign of the pipe or structures at no additional cost to City. C. Installation of Carrier Pipe 1. Pipe Installation a. Remove all loose soil from casing or liner. b. Grind smooth all rough welds at casing joints. 2. Installation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent flotation, movement or damage to the pipe during installation and grout backfill placement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. c. Correctly assemble, evenly tighten and prevent damage during tightening of the insulators and pipe insertion. d. Install spacers in accordance with manufacturer's recommendations. e. Install carrier pipe so that there is no metallic contact between the carrier pipe and the casing. f. Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing/liner in a manner that could damage the pipe or coatings. 1) If guide rails are allowed, place cement mortar on both sides of the rails. g. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to minimize friction when installing the carrier pipe. h. The carrier pipe shall be electrically isolated from the carrier pipe and from the casing. i. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. j. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. 3. Insulator Spacing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9.2022 W LLINGTONMULTIFAMILY CPN.• 104924 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 1 a. Maximum distance between spacers is to be 6 feet. 2 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 3 1) Install 2 spacers within 1 foot on each side of the bell or flange. 4 2) Remaining 2 spacers shall be spaced equally. 5 c. If the casing or pipe is angled or bent, reduce the spacing. 6 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 7 of size of casing and pipe or type of spacer used. 8 e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 9 spigot into the bell. 10 4. After installation of the carrier pipe: 11 a. Mortar inside and outside of the joints, as applicable 12 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 13 1) If continuity exists, remedy the short, by all means necessary including 14 removing and reinstalling the carrier pipe, prior to applying cellular grout. 15 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 16 casing. 17 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 18 of pipe will only be allowed after grouting of annular space is complete. 19 D. Installation of End Seals 20 1. For Water Pipes 21 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 22 b. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the 23 casing. Securely fasten with stainless steel bands. 24 2. For Sewer Pipes 25 a. Grout annular space between carrier pipe and casing as indicated in this 26 Specification. 27 E. Annular Space Grouting (For Sewer Only) 28 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 29 operation as necessary. 30 2. Mixing of Grout 31 a. Mix material in equipment of sufficient size to provide the desired amount of 32 grout material for each stage in a single operation. 33 1) The equipment shall be capable of mixing the grout at the required densities 34 for the approved procedure and shall be capable of changing the densities 35 as required by field conditions. 36 3. Backfill Annular Space with Grout 37 a. Prior to filling of the annular space, test the carrier pipe in accordance with 38 Section 33 0130. 39 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 40 do not exceed this pressure. 41 c. After the installation of the carrier pipe, the remaining space (all voids) between 42 the casing/liner and the carrier shall be filled with LDCC grout. 43 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 44 be in contact with the grout. 45 2) Grout shall be pumped through a pipe or hose. 46 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 47 pipe during grouting. CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9.2022 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 10 1 4. Injection of LDCC Grout 2 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 3 approved recommendations or 5 psi (whichever is lower). 4 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 5 velocity and pressure compatible with the size/volume of the annular space. 6 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 7 grouting procedures require multiple stages. 8 d. Grout placements shall not be terminated until the estimated annular volume of 9 grout has been injected. 10 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 11 6. Protect and preserve the interior surfaces of the casing from damage. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. Reports and Records required for pipe installations greater than 48-inches and longer 16 than 350 feet 17 1. Maintain and submit daily logs of grouting operations. 18 a. Include: 19 1) Grouting locations 20 2) Pressures 21 3) Volumes 22 4) Grout mix pumped 23 5) Time of pumping 24 2. Note any problems or unusual observations on logs. 25 B. Grout Strength Tests 26 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 27 cylinder molds or grout cubes obtained during grouting operations. 28 2. City will perform field sampling during annular space grouting. 29 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 30 cubic yards of grout injected but not less than 1 set for each grouting shift. 31 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 32 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 33 c. Remaining samples shall be tested as directed by City. 34 C. Safety 35 1. The Contractor is responsible for safety on the job site. 36 a. Perform all Work in accordance with the current applicable regulations of the 37 Federal, State and local agencies. 38 b. In the event of conflict, comply with the more restrictive applicable 39 requirement. 40 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 41 shafts/pits. 42 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 43 applicable local, State and Federal regulations. CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9.2022 330524-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 1 3. Methods of construction shall be such as to ensure the safety of the Work, 2 Contractor's and other employees on site and the public. 3 4. Furnish and operate a temporary ventilation system in accordance with applicable 4 safety requirements when personnel are underground. 5 a. Perform all required air and gas monitoring. 6 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 7 atmosphere free of toxic or flammable gasses in all underground work areas. 8 5. Perform all Work in accordance with all current applicable regulations and safety 9 requirements of the federal, state and local agencies. 10 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 11 Underground Construction and Subpart P, Excavations. 12 b. In the event of conflict, comply with the more stringent requirements. 13 6. If personnel will enter the pipe during construction, the Contractor shall develop an 14 emergency response plan for rescuing personnel trapped underground in a shaft 15 excavation or pipe. 16 a. Keep on -site all equipment required for emergency response in accordance with 17 the agency having jurisdiction 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 26 27 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.1 — Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification 1. LC — Added Concrete Pressure Pipe Specification reference. 6/19/2013 D. Johnson 2.2.B.5 — Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3 — Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. 12/9/2022 W Norwood CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9.2022 2.2 B. 1. Updated Carrier pipe table WELLING TON M UL TIFAMIL Y CPN.• 104924 330530-1 LOCATION OF EXISTING UTILITIES Page 1 of 4 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of- 8 a. Exploratory Excavation 9 b. Vacuum Excavation 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation for Existing Utilities" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" will be paid for at the unit 3 price bid per each "Vacuum Excavation" specified. 4 c. The price bid shall include: 5 1) Grade survey 6 2) Pavement removal 7 3) Vacuum Excavation 8 4) Utility Location 9 5) Hauling 10 6) Disposal of excess material 11 7) Furnishing, placing and compaction of embedment 12 8) Furnishing, placing and compaction of backfill 13 9) Clean-up 14 10) Surface restoration 15 1.3 REFERENCES 16 A. Definitions 17 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method 18 used to locate existing underground utility as shown on the plans through the use of 19 standard excavation equipment. 20 2. Vacuum Excavation: Method used to locate existing underground utility as shown 21 on the plans through the use of geophysical prospecting equipment such as vacuum 22 excavation. 23 B. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. American Society of Civil Engineers (ASCE) 28 a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and 29 Depiction of Existing Subsurface Utility Data) 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 A. Coordination 32 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 33 Exploratory Excavation of Existing Utilities. 34 2. Coordinate location of all other existing utilities within vicinity of excavation prior 35 to commencing Exploratory Excavation. 36 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 37 commencement. 38 B. Sequencing 39 1. Exploratory Excavations shall be conducted prior to the construction of the entire 40 project. 41 C. Scheduling 42 1. For critical utility locations, the City may choose to be present during excavation. 43 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 44 City personnel. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS 4 A. Report of Utility Location 5 1. Horizontal location of utility as surveyed 6 2. Vertical elevation of utility as surveyed 7 a. Top of utility 8 b. Spring line of utility 9 c. Existing ground 10 3. Material type, diameter and description of the condition of existing utility 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 [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION 20 A. Verification of Conditions 21 1. Verify location of existing utilities in accordance with the General Requirements, 22 the General Notes and the Drawings. 23 3.3 PREPARATION 24 25 26 27 28 29 30 31 32 33 34 A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 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 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D. Johnson 1.2 — Added Measurement of Payment for Vacuum Excavation 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 1105 BOLTS, NUTS, AND GASKETS 33 1105- 1 BOLTS, NUTS, AND GASKETS Page 1 of 7 5 A. Section Includes: 6 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: 7 a. T-Bolts and Nuts 8 b. Flange Bolts and Nuts 9 c. Threaded Rods 10 d. Push -on Gaskets 11 e. Mechanical Joint Gaskets 12 f. Flange Gaskets 13 g. Flange Isolation Kits 14 h. Petrolatum Tape Systems 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division 1 — General Requirements 21 3. Section 33 04 10 — Joint Bonding and Electrical Isolation 22 4. Section 33 11 10 —Ductile Iron Pipe 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Hydrocarbon Resistant Gaskets 26 a. Measurement 27 1) Measurement for this Item shall be by lump sum. 28 b. Payment 29 1) The work performed and the materials furnished in accordance with this 30 Item shall be paid for at the lump sum price bid for all "Hydrocarbon 31 Resistant Gaskets". 32 2. All Other Items 33 a. Measurement 34 1) The Items in this Section are considered subsidiary to the Item being 35 installed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 are subsidiary to the unit price bid for the Item being installed and no other 39 compensation will be allowed. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 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 331105-2 BOLTS, NUTS, AND GASKETS Page 2 of 7 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural Steel d. B 117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers 5. American Water Works Association (AWWA): a. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. d. M11, Steel Pipe. e. M41, Ductile -Iron Pipe and Fittings. 6. Fastener Quality Act (FQA) a. Public Law 106-34 (P.L. 106-34) 7. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, Hand Tool Cleaning b. SP3, Power Tool Cleaning 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 0133 00. 37 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 38 specials. 39 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 40 A. Product Data 41 1. Bolts and nuts for mechanical and or flange joints 42 2. Gaskets 43 B. Certificates CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 331105-3 BOLTS, NUTS, AND GASKETS Page 3 of 7 1 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to 2 the Fastener Quality Act (FQA) (P.L. 106-34). 3 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford 4 Corporation, or a Whitford Corporation certified Applicator. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Qualifications 9 1. Manufacturers 10 a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be 11 performed under the control of the manufacturer. 12 b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or 13 exceed the requirements of this Specification. 14 B. Preconstruction Testing 15 1. The City may, at its own cost, subject random fittings for destructive testing by an 16 independent laboratory for compliance with this Specification. 17 a. The compliance test shall be performed in the United States. 18 b. Any visible defects or failure to meet the quality standards herein will be 19 grounds for rejecting the entire order. 20 1.10 DELIVERY, STORAGE, AND HANDLING 21 A. Storage and Handling Requirements 22 1. Secure and maintain a location to store the material in accordance with Section 01 23 6600. 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 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 on the City's Standard Products List will be 31 considered as shown in Section 0160 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 0125 00. 35 B. Regulatory Requirements 36 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) 37 (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this 38 Act. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 331105-4 BOLTS, NUTS, AND GASKETS Page 4 of 7 C. T-Bolts and Nuts 1. Standard Xylan Coated T-bolt and Nut a. High strength, corrosion -resistant, low -carbon weathering steel in accordance with AWWA/ANSI C111/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 1. Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTM A 194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push -on Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of joint and gasket tolerances. G. Mechanical Joint Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 331105-5 BOLTS, NUTS, AND GASKETS Page 5 of 7 1 a. Full face 2 b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a 3 thickness not less than 1/8 inch 4 c. Virgin stock 5 d. Conforming to the physical and test requirements specified in AWWA/ANSI 6 C111/A21.11 7 e. All gaskets shall meet or exceed the latest revisions NSF 61. 8 f Finished gaskets shall have holes punched by the manufacturer and shall match 9 the flange pattern in every respect. 10 g. Frayed cut edges are not acceptable. 11 h. Field cut sheet gaskets are not acceptable. 12 1. Hydrocarbon Resistant Gaskets 13 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when 14 required. 15 J. Flange Isolation Kits 16 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform 17 to Section 33 04 10. 18 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to 19 bolt head with no grip to ensure sleeves fit properly. 20 K. Petrolatum Tape System 21 1. Petrolatum Tape Primer: Denso Paste, or approved equal 22 2. Molding and Filler mastic: Densyl Mastic, or approved equal 23 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal 24 L. Xylan Coating 25 a. Coat nuts and bolts with a ceramic -filled, baked on fluorocarbon resin, when 26 required. 27 b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to 28 the coating manufacturer's recommended thickness by a certified applicator. 29 c. Coating shall be of Xylan as manufactured by Whitford Corporation and 30 applied by Whitford Corporation or Whitford Corporation Recommended 31 Coater. 32 d. Coating shall be free from holidays and defects. 33 e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be 34 such that the nut turns freely on the bolt. 35 f. Coating shall conform to the performance requirements of ASTM 13117, "Salt 36 Spray Test" and shall include, if required, a certificate of conformance. 37 2.3 ACCESSORIES [NOT USED] 38 2.4 SOURCE QUALITY CONTROL [NOT USED] 39 PART 3 - EXECUTION 40 3.1 INSTALLERS [NOT USED] 41 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Mechanical Joints 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 331105-6 BOLTS, NUTS, AND GASKETS Page 6 of 7 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. 5. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of/2-inch from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod 1. Install as part of joint harness assembly in accordance with AWWA Manual MI 1. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of/2-inch from the nuts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 331105-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 1 5. W ap joint harness assembly with Petrolatum Tape System. 2 E. Petrolatum Tape System 3 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. 4 a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 5 1) High pressure wash of 3,000 to 7,000 psi is also suitable. 6 b. Surfaces may be damp but shall not have droplets or continuous film of water. 7 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff 8 brush, gloved hand or rag at normal ambient temperatures. 9 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to 10 fill irregular shapes and reduce sharp -edged surfaces. 11 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. 12 a. For severely corrosive environments, an overlap of 55 percent is recommended. 13 b. Press air pockets out and smooth all lap seams. 14 5. For additional mechanical protection, overwrap may be applied to increase impact 15 strength and electrical resistance. 16 3.5 REPAIR / RESTORATION [NOT USED] 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 27 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 33 11 10- 1 DUCTILE IRON PIPE Page 1 of 14 1 SECTION 33 1110 2 DUCTILE IRON PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 14 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 15 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 6. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 8. Section 33 1105 — Bolts, Nuts, and Gaskets 19 9. Section 33 11 11 — Ductile Iron Fittings 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Ductile Iron Pipe 23 a. Measurement 24 1) Measured horizontally along the surface from center line to center line of 25 the fitting, manhole, or appurtenance 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price bid per linear foot for "DIP" installed for: 30 a) Various sizes 31 b) Various types of backfill 32 c) Various linings 33 d) Various Depths, for miscellaneous sewer projects only 34 e) Various restraints 35 f) Various uses 36 c. The price bid shall include: 37 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 38 Drawings 39 2) Mobilization CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 17 1.3 REFERENCES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 1 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 2 Enamel and Tape - Hot Applied. 3 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 4 c. M41, Ductile -Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute 6 (AWWA/ANSI): 7 a. C 104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 8 b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 9 c. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 10 d. CI 15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 11 Threaded Flanges. 12 e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. 13 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 14 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 15 7. NSF International (NSF): 16 a. 61, Drinking Water System Components - Health Effects. 17 8. Society for Protective Coatings (SSPC): 18 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Interior lining 27 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 28 C104/A21.4, including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint 33 a. Retainer glands, thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force main for 24-inch and greater diameters, including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surge pressure 42 c. Deflection CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9, 2022 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 1 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 4 Professional Engineer in Texas including: 5 a. Pipe class 6 b. Joints type 7 c. Fittings 8 d. Stationing 9 e. Transitions 10 f. Joint deflection 11 C. Certificates 12 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 13 Section, each run of pipe furnished has met Specifications, all inspections have 14 been made, and that all tests have been performed in accordance with 15 AWWA/ANSI C151/A21.51. 16 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Qualifications 21 1. Manufacturers 22 a. Finished pipe shall be the product of 1 manufacturer. 23 1) Change orders, specials, and field changes may be provided by a different 24 manufacturer upon City approval. 25 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 26 under the control of the manufacturer. 27 c. Ductile Iron Pipe 28 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 29 a) Perform quality control tests and maintain results as outlined within 30 standard to assure compliance. 31 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 32 of at least 10 seconds. 33 B. Preconstruction Testing 34 1. The City may, at its own cost, subject random lengths of pipe for testing by an 35 independent laboratory for compliance with this Specification. 36 a. The compliance test shall be performed in the United States. 37 b. Any visible defects or failure to meet the quality standards herein will be 38 grounds for rejecting the entire order. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage and Handling Requirements 41 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 42 stated in AWWA M41. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9, 2022 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 1 2. Secure and maintain a location to store the material in accordance with Section 0166 2 00. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS 6 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI C150/A21.15, and AWWA/ANSI C15l/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe were cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 C150/A21.50, AWWA/ANSI C15l/A21.51, and AWWA M41 for trench 3 construction, using the following parameters: 4 1) Unit Weight of Fill (w) = 130 pcf 5 2) Live Load = AASHTO HS 20 6 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions = Type 4 8 5) Working Pressure (P,,,) = 150 psi 9 6) Surge Allowance (Ps) = 100 psi 10 7) Design Internal Pressure (Pi) = P,,, + P, or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure, whichever is greater. 12 a) Test Pressure = 13 (1) No less than 1.25 minimum times the stated working pressure (187 14 psi minimum) of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure (225 psi 17 minimum) at the lowest elevation of the test section. 18 8) Maximum Calculated Deflection (D,) = 3 percent 19 9) Restrained Joint Safety Factor (Sf) = 15 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 7. Provisions for Thrust 26 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings, corrosion resistant joints. 28 b. In addition to the mechanical joint restraint required for all bends and fittings, 29 horizontal and vertical bends shall be restrained by concrete thrust blocking 30 and by mechanical joint restraint along the length of the pipe, as recommended 31 by the pipe manufacturer, unless shown otherwise in the design drawings. 32 Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or 33 dimensions for concrete thrust blocking, shall be interpreted to mean the 34 exclusion of the other method of restraint, unless both methods are specifically 35 required in the plans. 36 c. No thrust restraint contribution shall be allowed for the restrained length of 37 pipe within the casing. 38 d. Restrained joints, when required, shall be used for a sufficient distance from 39 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 40 be developed at the design pressure of the pipe. For the purpose of thrust, the 41 following shall apply: 42 1) Valves shall be calculated as dead ends. 43 2) Design pressure shall be greater than the working pressure of the pipe or 44 the internal pressure (Pi) whichever is greater. 45 3) Restrained joints shall consist of approved mechanical restrained or push- 46 on restrained joints as listed in the City's Standard Products List as shown 47 in Section 0160 00. 48 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 49 resist thrust in accordance with the Drawings, AWWA M41, and the following: CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9, 2022 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 1 1) The weight of earth (We) shall be calculated as the weight of the projected 2 soil prism above the pipe, for unsaturated soil conditions. 3 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil 4 conditions 5 3) If indicated on the Drawings and the Geotechnical Borings that ground 6 water is expected, account for reduced soil density. 7 8. Joints 8 a. General — Comply with AWWA/ANSI C111/A21.11. 9 b. Push -On Joints 10 c. Mechanical Joints 11 d. Push -On Restrained Joints 12 1) Restraining Push -on joints by means of a special gasket 13 a) Only those products that are listed in Section 0160 00 14 b) The working pressure rating of the restrained gasket must exceed the 15 test pressure of the pipe line to be installed. 16 c) Approved for use of restraining Ductile Iron Pipe in casing with a 17 carrier pipe of 4-inches to 12-inches 18 d) Otherwise only approved if specially listed on the Drawings 19 2) Push -on Restrained Joint bell and spigot 20 a) Only those products list in the standard products list will be allowed for 21 the size listed in the standard products list per Section 0160 00. 22 b) Pressure rating shall exceed the working and test pressure of the pipe 23 line. 24 e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 25 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 26 g. Field fabricated flanges are prohibited. 27 9. Gaskets 28 a. Provide Gaskets in accordance with Section 33 1105. 29 10. Isolation Flanges 30 a. Flanges required by the drawings to be Isolation Flanges shall conform to 31 Section 33 04 10. 32 11. Bolts and Nuts 33 a. Mechanical Joints 34 1) Provide bolts and nuts in accordance with Section 33 1105. 35 b. Flanged Ends 36 1) Meet requirements of AWWA C115. 37 a) Provide bolts and nuts in accordance with Section 33 1105. 38 12. Flange Coatings 39 a. Connections to Steel Flanges 40 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 41 Tape System in accordance with Section 33 1105. 42 13. Ductile Iron Pipe Exterior Coatings 43 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 44 pipe exterior, unless otherwise specified in the Contract Documents. 45 14. Polyethylene Encasement 46 a. All buried Ductile Iron Pipe shall be polyethylene encased. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 33 11 10-8 DUCTILE IRON PIPE Page 8 of 14 b. Only manufacturers listed in the City's Standard Products List as shown in Section 0160 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to AWWA/ANSI C 105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 54 108 216 60 108 216 64 121 242 1 15. Ductile Iron Pipe Interior Lining 2 a. Cement Mortar Lining 3 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 4 accordance with AWWA/ANSI C 104/A21.O4 and be acceptable according 5 to NSF 61. 6 b. Ceramic Epoxy or Epoxy Linings 7 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 8 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 9 Products List as shown in Section 0160 00. 10 2) Apply lining at a minimum of 40 mils DFT. 11 3) Due to the tolerances involved, the gasket area and spigot end up to 6 12 inches back from the end of the spigot end must be coated with 6 mils 13 nominal, 10 mils maximum using a Joint Compound as supplied by the 14 manufacturer. 15 a) Apply the joint compound by brush to ensure coverage. 16 b) Care should betaken that the joint compound is smooth without excess 17 buildup in the gasket seat or on the spigot ends. 18 c) Coat the gasket seat and spigot ends after the application of the lining. 19 4) Surface preparation shall be in accordance with the manufacturer's 20 recommendations. 21 5) Check thickness using a magnetic film thickness gauge in accordance with 22 the method outlined in SSPC PA 2. 23 6) Test the interior lining of all pipe barrels for pinholes with a non- 24 destructive 2,500 volt test. 25 a) Repair any defects prior to shipment. 26 7) Mark each fitting with the date of application of the lining system along 27 with its numerical sequence of application on that date and records 28 maintained by the applicator of his work. 29 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 30 cut, coat the exposed surface with the touch-up material as recommended 31 by the manufacturer. 32 a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9, 2022 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 10 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing, see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push -on Joints 36 a. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9, 2022 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 1 d. 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 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 4 conform to AWWA C600. 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 one direction. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 WELLINGTON MULTIFAMILY CPN.• 104924 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 1 i. Proceed with installation of next pipe in same manner. 2 3. Tubular Type (Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points; secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion -fashion lengthwise. 9 e. After completing joint, pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 11 by at least 1 foot; make each end snug and secure. 12 4. Sheet Type 13 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 14 section. 15 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 16 it until it clears the pipe ends. 17 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 18 quadrant of pipe. 19 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 20 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 21 of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint, make overlap and secure ends. 24 h. Repair cuts, tears, punctures or other damage to polyethylene. 25 i. Proceed with installation of next section of pipe in same manner. 26 5. Pipe -Shaped Appurtenances 27 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd -Shaped Appurtenances 30 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 31 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 32 sheet under appurtenances and bringing it up around body. 33 b. Make seams by bringing edges together, folding over twice and taping down. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, wrapped around 39 fitting to cover damaged area and secured in place. 40 8. Openings in Encasement 41 a. Provide openings for branches, service taps, blow -offs, air valves and similar 42 appurtenances by making an X-shaped cut in polyethylene and temporarily 43 folding back film. 44 b. After appurtenance is installed, tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene, with any 47 resulting damaged areas being repaired as described above. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9, 2022 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 9. Junctions between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAIR/RESTORATION 8 A. Patching 9 1. Excessive field -patching is not permitted of lining or coating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not 11 exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general, there shall not be more than 1 patch on either the lining or the coating of 13 any 1 joint of pipe. 14 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortar as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post -CCTV Inspection in accordance with Section 33 Ol 31. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9, 2022 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.1.b. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 — Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets 12/9/2022 W Norwood 2.2 B. 7. Revised "Provisions for Thrust" section CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 9, 2022 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 1111 DUCTILE IRON FITTINGS 331111-1 DUCTILE IRON FITTINGS Page 1 of 13 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 03 30 00 — Cast -in -Place Concrete 17 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 18 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 19 6. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 1105 — Bolts, Nuts, and Gaskets 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Water Fittings with Restraint 24 a. Measurement 25 1) Shall be per ton of fittings supplied 26 2) Fittings weights are the sum of the various types of fittings multiplied by 27 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 28 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 29 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 30 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 31 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 32 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 33 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 34 measured in accordance with AWWA/ANSI C153/A21.53. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under "Measurement" will be paid for at the unit 38 price bid per ton of "Ductile Iron Water Fittings with Restraint". 39 c. The price bid shall include: 40 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 41 Drawings CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 33 11 11 -2 DUCTILE IRON FITTINGS Page 2 of 13 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C11O/A21.1O are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C11O/A21.1O fittings. 4) If the Contractor chooses to supply AWWA/ANSI C11O/A21.1O (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WELLINGTON MULTIFAMILY CPN.• 104924 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 33 11 11 -3 DUCTILE IRON FITTINGS Page 3 of 13 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting, consisting of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSI/AWWA C110/A21.10. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 4. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. c. M41, Ductile -Iron Pipe and Fittings. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C 110/A21.10, Ductile -Iron and Gray -Iron Fittings. d. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. e. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 6. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 7. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WELLINGTON MULTIFAMILY CPN.• 104924 33 11 11 -4 DUCTILE IRON FITTINGS Page 4 of 13 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Ductile Iron Fittings 9 a. Pressure class 10 b. Interior lining 11 c. Joint types 12 2. Polyethylene encasement and tape 13 a. Planned method of installation 14 b. Whether the film is linear low density or high density cross linked polyethylene 15 c. The thickness of the film provided 16 3. The interior lining, if it is other than cement mortar lining in accordance with 17 AWWA/ANSI C104/A21.4 18 a. Material 19 b. Application recommendations 20 c. Field touch-up procedures 21 4. Thrust Restraint 22 a. Retainer glands 23 b. Thrust harnesses 24 c. Any other means 25 5. Gaskets 26 a. Provide Gaskets in accordance with Section 33 1105. 27 6. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10. 30 7. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 1105. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C115. 35 a) Provide bolts and nuts in accordance with Section 33 1105. 36 8. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 39 Tape System in accordance with Section 33 1105. 40 B. Certificates 41 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 42 meet the provisions of this Section and meet the requirements of AWWA/ANSI 43 C110/A21.10 or AWWA/ANSI C153/A21.53. 44 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 20, 2017 33 11 11 -5 DUCTILE IRON FITTINGS Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 7 performed under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C110/A21.10 or AWWA/ANSI C153/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein will be 17 grounds for rejecting the entire order. 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 21 2. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 0160 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 36 AWWA/ANSI C153/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 39 the pipe which the fitting is connected, unless specifically indicated in the 40 Drawings. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 11 11 -6 DUCTILE IRON FITTINGS Page 6 of 13 4. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch— 12-inch, 305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it should be easy to differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 0160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 0160 00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WELLINGTON MULTIFAMILY CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 33 11 11 -7 DUCTILE IRON FITTINGS Page 7 of 13 b) Pressure rating shall exceed the working and test pressure of the pipe line c. Flanged Joints 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 3) Field fabricated flanges are prohibited. 6. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 7. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 8. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 9. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 1105. 10. Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. 11. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section 0160 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WELLINGTON MULTIFAMILY CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 33 11 11 -8 DUCTILE IRON FITTINGS Page 8 of 13 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C 104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section 0160 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WELLINGTON MULTIFAMILY CPN.• 104924 33 11 11 -9 DUCTILE IRON FITTINGS Page 9 of 13 b) Care should betaken that the joint compound is smooth without excess 2 buildup in the gasket seat or on the spigot ends. 3 c) Coat the gasket seat and spigot ends after the application of the lining. 4 4) Surface preparation shall be in accordance with the manufacturer's 5 recommendations. 6 5) Check thickness using a magnetic film thickness gauge in accordance with 7 the method outlined in SSPC PA 2. 8 6) Test the interior lining of all fittings for pinholes with a non-destructive 9 2,500 volt test. 10 a) Repair any defects prior to shipment. 11 7) Mark each fitting with the date of application of the lining system along 12 with its numerical sequence of application on that date and records 13 maintained by the applicator of his work. 14 8) For all Ductile Iron Fittings in wastewater service where the fitting has 15 been cut, coat the exposed surface with the touch-up material as 16 recommended by the manufacturer. 17 a) The touch-up material and the lining shall be of the same manufacturer. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. General 26 1. Install fittings, specials and appurtenances as specified herein, as specified in 27 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 28 recommendations. 29 2. Lay fittings to the lines and grades as indicated in the Drawings. 30 3. Excavate and backfill trenches in accordance with 33 05 10. 31 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 32 B. Joint Making 33 1. Mechanical Joints with required mechanical restraint 34 a. All mechanical joints require mechanical restraint. 35 b. Bolt the retainer gland into compression against the gasket, with the bolts 36 tightened down evenly then cross torqued in accordance with AWWA C600. 37 c. Overstressing of bolts to compensate for poor installation practice will not be 38 permitted. 39 2. Push -on Joints (restrained) 40 a. All push -on joints shall be restrained push -on type. 41 b. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 42 c. Wipe clean the gasket seat inside the bell of all extraneous matter. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 20, 2017 33 11 11 - 10 DUCTILE IRON FITTINGS Page 10 of 13 1 d. Place the gasket in the bell in the position prescribed by the manufacturer. 2 e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 3 gasket and the outside of the spigot prior to entering the spigot into the bell. 4 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf 5 to conform to AWWA M-41. 6 3. Flanged Joints 7 a. Use erection bolts and drift pins to make flanged connections. 8 1) Do not use undue force or restraint on the ends of the fittings. 9 2) Apply even and uniform pressure to the gasket. 10 b. The fitting must be free to move in any direction while bolting. 11 1) Install flange bolts with all bolt heads faced in 1 direction. 12 4. Joint Deflection 13 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 14 and grades and shown in the Drawings. 15 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 16 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 17 C600. 18 d. The manufacturer's recommendation may be used with the approval of the 19 Engineer. 20 C. Polyethylene Encasement Installation 21 1. Preparation 22 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 23 installation of polyethylene encasement. 24 1) Prevent soil or embedment material from becoming trapped between 25 fittings and polyethylene. 26 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 27 with minimum space between polyethylene and fittings. 28 1) Provide sufficient slack in contouring to prevent stretching polyethylene 29 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 30 joints or fittings, and to prevent damage to polyethylene due to backfilling 31 operations. 32 2) Secure overlaps and ends with adhesive tape and hold. 33 c. For installations below water table and/or in areas subject to tidal actions, seal 34 both ends of polyethylene tube with adhesive tape at joint overlap. 35 2. Tubular Type (Method A) 36 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 37 section. 38 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 39 pipe section and bunching it accordion -fashion lengthwise until it clears fittings 40 ends. 41 c. Lower fittings into trench with preceding section of pipe. 42 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 43 e. After assembling fittings make overlap of polyethylene tube, pull bunched 44 polyethylene from preceding length of pipe, slip it over end of the fitting and 45 wrap until it overlaps joint at end of preceding length of pipe. 46 £ Secure overlap in place. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 20, 2017 33 11 11 - 11 DUCTILE IRON FITTINGS Page 11 of 13 1 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 2 barrel of fitting, securing fold at quarter points. 3 h. Repair cuts, tears, punctures or other damage to polyethylene. 4 i. Proceed with installation of next fitting in same manner. 5 3. Tubular Type (Method B) 6 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 7 section. 8 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 9 end. 10 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 11 barrel of fitting, securing fold at quarter points; secure ends. 12 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 13 proceeding pipe section, bunching it accordion -fashion lengthwise. 14 e. After completing joint, pull 3-foot length of polyethylene over joint, 15 overlapping polyethylene previously installed on each adjacent section of pipe 16 by at least 1 foot; make each end snug and secure. 17 4. Sheet Type 18 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 19 section. 20 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 21 clears the fitting ends. 22 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 23 quadrant of fitting. 24 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 25 e. Lower wrapped fitting into trench with preceding section of pipe. 26 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 27 g. After completing joint, make overlap and secure ends. 28 h. Repair cuts, tears, punctures or other damage to polyethylene. 29 i. Proceed with installation of fittings in same manner. 30 5. Pipe -Shaped Appurtenances 31 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 32 polyethylene in same manner as pipe and fittings. 33 6. Odd -Shaped Appurtenances 34 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped 35 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 36 sheet under appurtenances and bringing it up around body. 37 b. Make seams by bringing edges together, folding over twice and taping down. 38 c. Tape polyethylene securely in place at the valve stem and at any other 39 penetrations. 40 7. Repairs 41 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 42 or with short length of polyethylene sheet or cut open tube, wrapped around 43 fitting to cover damaged area, and secure in place. 44 8. Openings in Encasement 45 a. Provide openings for branches, service taps, blow -offs, air valves and similar 46 appurtenances by making an X-shaped cut in polyethylene and temporarily 47 folding back film. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 20, 2017 331111 -12 DUCTILE IRON FITTINGS Page 12 of 13 1 b. After appurtenance is installed, tape slack securely to appurtenance and repair 2 cut, as well as other damaged area in polyethylene with tape. 3 c. Service taps may also be made directly through polyethylene, with any 4 resulting damaged areas being repaired as described above. 5 9. Junctions between Wrapped and Unwrapped Fittings 6 a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, 7 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 8 b. Secure end with circumferential turns of tape. 9 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 10 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 11 Fittings. 12 D. Blocking 13 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 14 crosses and plugs in the pipe lines as indicated in the Drawings. 15 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 16 normal to the thrust. 17 3. The supporting area for each block shall be at least as great as that indicated on the 18 Drawings and shall be sufficient to withstand the thrust, including water hammer, 19 which may develop. 20 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 21 5. If the Contractor encounters soil that appears to be different than that which was 22 used to calculate the blocking according to the Drawings, the Contractor shall 23 notify the Engineer prior to the installation of the blocking. 24 3.5 REPAIR/RESTORATION 25 A. Patching 26 1. Excessive field -patching is not permitted of lining or coating. 27 2. Patching of lining or coating will be allowed where area to be repaired does not 28 exceed 100 square inches and has no dimensions greater than 12 inches. 29 3. In general, there shall not be more than 1 patch on either the lining or the coating of 30 any fitting. 31 4. Wherever necessary to patch the fitting: 32 a. Make patch with cement mortar as previously specified for interior joints. 33 b. Do not install patched fitting until the patch has been properly and adequately 34 cured and approved for laying by the City. 35 c. Promptly remove rejected fittings from the site. 36 3.6 RE -INSTALLATION [NOT USED] 37 3.7 FIELD [OR] SITE QUALITY CONTROL 38 A. Potable Water Mains 39 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 40 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 41 main as specified in Section 33 04 40. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 33 11 11 - 13 DUCTILE IRON FITTINGS Page 13 of 13 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] DATE NAME 12/20/2012 D. Johnson 9/20/2017 W. Norwood END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A.l.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 2.2.B.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WELLINGTON MULTIFAMILY CPN.• 104924 33 11 12- 1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 9 SECTION 33 1112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. 33 0131 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 —Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill 3) With or without restrained joints b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 9 e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up in. 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 (100 mm thru 1,500 mm). d. M23, PVC Pipe — Design and Installation. e. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. b. 14, Plastics Piping System Components and Related Materials. 6. Underwriters Laboratories, Inc. (UL). a. UL 1285, UL Standard for Safety Pipe and Couplings, Polyvinyl Chloride (PVC), and Oriented Polyvinyl Chloride (PVCO) for Underground Fire Service. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised September 9, 2022 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 9 For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions £ Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 9 b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61 and NSF 14. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D 1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter Min Pressure Class (inch) (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 9 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design 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, corrosion resistant joints. b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe, as recommended by the pipe manufacturer, unless shown otherwise in the design drawings. Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or dimensions for concrete thrust blocking, shall be interpreted to mean the exclusion of the other method of restraint, unless both methods are specifically required in the plans. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 9 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. 4. Joints a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push -on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non -toxic and NSF approved for potable water applications. d. Push -On Restrained Joints shall only be as approved in the Standard Products List in Section 0160 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 33 11 12-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 9 a. Pipe shall be handled and stored in accordance with manufacturer's recommendations. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. 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 0131. CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 33 11 12-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 9 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH W LLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 33 11 12 - 9 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 9 of 9 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 — revised maximum joint deflection requirements 3.4.C.1 — Added reference to Ductile Iron Fittings 12/20/2012 D.Johnson 3.4.13 — Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 B. 5. from "The pipe material shall be PVC, meeting the 4/1/2013 F. Griffin requirements of ASTM D1784, with a cell classification of 12454-B." to "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454". All references to the use of C905 are no longer applicable and are deleted. 11/14/2018 D.V. Magaiia 1.3.A.4.c. — Updated to reflect C900 applicable on PVC pipe sizes 4" through 60". 1. LA Modified acceptable range for specification from 36-inch to 24-inch 1.3.A.4.c Updated C900 to reflect metric dimensions 1.3.A.5.b & 2.2.B.2 Addition of "NSF 14 Plastics Piping System Components and Related Materials" 1.3.A.6.a Addition of "UL 1285 UL Standard for Safety Pipe and Couplings, PVC and PVCO for Underground Fire Service" 2.2.C.3.a Addition of "corrosion resistant" and deletion of "when required by the Drawings" 9/9/22 W Norwood 2.2.C.3. Add " b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe as recommended by the pipe manufacturer, unless shown otherwise in the design drawings" 3A.B.1. Add " a. Pipe shall be handled and stored in accordance with manufacture's recommendations" 3.4.B.2 Add "b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics" CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised September 9, 2022 33 12 10-1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 16 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART1- 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10 - 2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 16 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 1.3 REFERENCES A. Definitions 1. New Service CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10-3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 16 a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. C857 (RL), Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10 - 4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 16 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 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10-5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 16 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 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 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 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 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 331210-6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 16 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. 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 3/4 inch per foot or 0.1458 inch per inch f 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there -through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 1/2 -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 £ 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10 - 7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 16 3) 1 0-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 0-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- shaped seal rings backed with 0-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 0-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10-8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 16 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'/2 inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 1/2-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 1 1/2 -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) CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 331210-9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 16 a) Brass material per AWWA C800 b) 0-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed 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 0-ring seal depending on the manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of. 1) Polymer, black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway — designed to withstand loading in non - deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type 11 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 C 131 (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 3/4-inch, 3/4-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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 16 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 3/4-inch or 3/4-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth `Molly' logo molded into the lid. 3) Bear the Manufacturer's IS (name or logo) and Country of Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread -plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end -point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8" deep. 11) Have built-in anti -flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of f1/16 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 f5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall: a) Constructed of Engineered Plastic as defined in ASTM D883 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10 - 11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 16 (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. 18 8-inch x .938-inch x .150-inch deep. (10) Have "City of Fort Worth" molded into the lid. (11) Have "Water Meter" molded into the lid- Font shall be standard Fadal CNC font with 1-inch characters x .150-inch deep. (12) Have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. (13) Have 2 pieces of/2-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 3/4-inch, 3/4-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 3/4-inch or 3/4-inch or f- 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 16 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 %2-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 16 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 3/4-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 16 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 %2 inch to 3/4 inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 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] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10 - 15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 16 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 14, 2017 33 12 10 - 16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 16 Revision Log DATE NAME SUMMARY OF CHANGE 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 12/20/2012 D. Johnson 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 Added the phrase `, including grass' to lines; Part 1, 1.2.A.I.e.14, Partl, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.11, 2/13/2013 F. Griffin Partl, 1.2.A.4.c.11 Added the phrase `and replacement' to line Part 1,1.2.A.4.c.7 Revised lines with `including grass' replacing with `excluding grass (seeding, 4/26/2013 F. Griffin 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, Ld.(2) Remove nylon sleeve inserts, require cc threads. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised February 14, 2017 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 12 11 LARGE WATER METERS 331211-1 LARGE WATER METERS Page 1 of 4 5 A. Section Includes: 6 1. Large Water Meter, Vault, Bypass and Appurtenances (3-inch and larger) 7 B. Products Installed but Not Furnished Under This Section 8 1. Water Meter and Strainer 9 C. Deviations from this City of Fort Worth Standard Specification 10 1. None. 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 80 00 — Modifications to Existing Concrete Structures 16 4. Section 33 06 16 — Concrete Water Vaults 17 5. Section 33 11 10 — Ductile Iron Pipe 18 6. Section 33 11 11 —Ductile Iron Fittings 19 7. Section 33 12 10 — Water Services 1-inch to 2-inch 20 8. Section 33 12 20 — Resilient Seated Gate Valve 21 9. Section 33 12 50 — Water Sample Stations 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Measurement 25 a. Measurement for this Item shall be per each. 26 b. Measurement includes meter, vault, piping, appurtenances, and bypass line 27 (from upstream tee to downstream tee). 28 1) Piping upstream of bypass line tee is measured and paid separately as water 29 pipe, by size. 30 2) Piping downstream of bypass line tee is measured and paid separately as 31 water pipe, by size. 32 a) Any licensing requirements for plumbing installation are included in 33 this item's measurement. 34 2. Payment 35 a. The work performed and the materials furnished in accordance with this Item 36 shall be paid for at the unit price bid per each "Water Meter and Vault" 37 installed for: 38 1) Various meter sizes CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 33 12 11 -2 LARGE WATER METERS Page 2 of 4 1 3. The price bid shall include: 2 a. Excavation 3 b. Pre -cast concrete vault and appurtenances 4 c. Crushed rock foundation 5 d. Access hatch 6 e. Piping and appurtenances 7 f. Fittings 8 g. Horizontal thrust blocking 9 h. Sample station and appurtenances 10 i. Flushing points and appurtenances 11 j. Installation of Compound Water Meter with Strainer 12 k. Reinforced Concrete Pipe Sump 13 1. Reconnection of Service 14 m. Backfill 15 n. Pavement removal 16 o. Hauling 17 p. Disposal of excess material 18 q. Placement and compaction of backfill 19 r. Plumbing Licensing requirements 20 s. Clean-up 21 t. Concrete Filled Steel Pipe Bollards as required 22 u. Surface restoration around perimeter of water meter vault and piping as 23 required. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUBMITTALS 27 A. All submittals shall be in accordance with Section 0133 00. 28 B. All submittals shall be approved by the City prior to delivery. 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 30 A. Product Data 31 1. Precast Concrete Vault 32 2. Piping 33 3. Sample Station 34 4. Isolation Valves 35 5. Sample Tap and appurtenances 36 6. Hatch 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 33 12 11 -3 LARGE WATER METERS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY 3 A. Manufacturer Warranty 4 1. Manufacturer's warranty shall be in accordance with Division 1. 5 PART 2 - PRODUCTS 6 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 8 A. Materials 9 1. Precast Concrete Vault — Conform to Section 33 05 16 10 2. Gate Valves — Conform to Section 33 12 20 11 3. Ductile Iron Pipe — Conform to Section 33 11 10 12 4. Ductile Iron Fittings — Conform to Section 33 11 11 13 5. Sample Station — Conform to Section 33 12 50 14 6. Sample and flushing point taps — Conform to Section 33 12 10 15 7. Hatch — Conform to Section 33 05 16 16 B. Meter and Strainer 17 1. Furnished by City 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. Evaluation and Assessment 24 1. Verify lines and grades are in accordance to the Drawings. 25 3.3 PREPARATION [NOT USED] 26 3.4 INSTALLATION 27 A. Install vault in accordance with manufacturer's recommendations and in accordance 28 with Section 33 05 16. 29 B. Pipe Penetrations 30 1. Conform to Section 03 80 00. 31 C. Meter 32 1. Obtain meter and strainer from City Field Operations Warehouse. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 33 12 11 -4 LARGE WATER METERS Page 4 of 4 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 1 SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 1105 — Bolts, Nuts, and Gaskets 16 4. Section 33 11 10 —Ductile Iron Pipe 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Gate Valve 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each "Gate Valve" installed 25 for: 26 a) Various sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Gate Valves with connections as specified in the 29 Drawings 30 2) Valve box 31 3) Extension 32 4) Extensions for valves in vaults 33 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 34 6) Petrolatum tape for connections to steel flanges 35 7) 2-inch risers (for 16-inch and larger gate valves) 36 8) Isolation kits when installed with flanged connections 37 9) Polyethylene encasement 38 10) Pavement removal 39 11) Excavation 40 12) Hauling CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised May 6, 2015 331220-2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 1 13) Disposal of excess material 2 14) Furnishing, placement and compaction of embedment 3 15) Furnishing, placement and compaction of backfill 4 16) Clean-up 5 17) Cleaning 6 18) Disinfection 7 19) Testing 8 2. Cut -in Gate Valve 9 a. Measurement 10 1) Measurement for this Item shall be per each. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" 14 installed for: 15 a) Various sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Gate Valves with connections as specified in the 18 Drawings 19 2) System dewatering 20 3) Connections to existing pipe materials 21 4) Valve box 22 5) Extension 23 6) Extensions for valves in vaults 24 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 25 8) Petrolatum tape for connections to steel flanges 26 9) 2-inch risers (for 16-inch and larger gate valves) 27 10) Isolation kits when installed with flanged connections 28 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 29 12) Polyethylene encasement 30 13) Pavement removal 31 14) Excavation 32 15) Hauling 33 16) Disposal of excess material 34 17) Furnishing, placement and compaction of embedment 35 18) Furnishing, placement and compaction of 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised May 6, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4. American Iron and Steel Institute (AISI). 5. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d. A536, Standard Specification for Ductile Iron Castings. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 6. American Water Works Association (AWWA): a. C509, Resilient -Seated Gate Valves for Water Supply Service. b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. c. C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. 7. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. 8. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 0133 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 39 supplied, including: 40 a. Dimensions, weights, material list, and detailed drawings 41 b. Joint type 42 c. Maximum torque recommended by the manufacturer for the valve size 43 2. Polyethylene encasement and tape CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised May 6, 2015 331220-4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 1 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint, if required by contract Documents 4 a. Retainer glands 5 b. Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 11 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of 1 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. For valves equipped with a bypass, the bypass valve must be of the same 37 manufacturer as the main valve. 38 e. Resilient Seated Gate Valves shall be new. 39 £ Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 40 successful experience manufacturing of Resilient Seated Gate Valves of similar 41 service and size, and indicated or demonstrate an experience record that is 42 satisfactory to the Engineer and City. This experience record will be thoroughly 43 investigated by the Engineer, and acceptance will be at the sole discretion of the 44 Engineer and City. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised May 6, 2015 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 1 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 2 bypass; that are not manufactured within the United States of America, shall be 3 manufactured by factories/foundries that are owned or controlled (partial 4 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 6. Secure and maintain a location to store the material in accordance with Section 01 19 6600. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division 1. 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Description 34 1. Regulatory Requirements 35 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 36 shall meet or exceed the requirements of this Specification. 37 b. All valve components in contact with potable water shall conform to the 38 requirements of NSF 61. 39 C. Materials CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised May 6, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 2. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. 3. Bypass a. For gate valves using a double roller, track and scrapper system, an integrally cast bypass on the body of the valve is required_ 1) Orient the bypass on the same side of the gate valve as the spur gear to allow operation of both valves from the manhole opening. 2) The bypass shall be a minimum 4-inch in size. 4. Gate Valve Bolts and Nuts a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch through 12-inch valves) or as specified in 2.2.C.4.b. b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non -buried service) 5. Bolts and Nuts a. Mechanical Joints a) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 3) Flanged isolation kits shall be provided when connecting to buried steel or concrete pressure pipe. Kits shall conform to Section 33 04 10. 6. Joints a. Valves: flanged, or mechanical joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concrete pressure pipe a) Use flange joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints with mechanically restrained retainer glands unless otherwise specified in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WELLINGTON MULTIFAMILY CPN.• 104924 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 5 operating nut base. 6 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 7 direction. Nut shall be painted red per AWWA specifications 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 9 from transferring torque to that shaft or the gear box that exceeds the 10 manufacturer's recommended torque. 11 f. Furnish handwheel operators for non -buried service, or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied by the manufacturer of the valve 17 as an integral part of the gate valve. 18 9. Gaskets 19 a. Provide gaskets in accordance with Section 33 1105. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground, when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve -operating nut 28 c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 33 boxes and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 1/4-inch 35 shafts, screw type, consisting of a top section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 0160 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in 43 raised letters on the upper surface. 44 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 45 1) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised May 6, 2015 331220-8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 10 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position. 24 4. If access and operation of the valve meet the City's criteria, then the valve will be 25 accepted as installed. 26 B. Non -Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised May 6, 2015 331220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised May 6, 2015 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment — Added Cut -hi Gate Valve 1.2.A.l.c and 1.2.A.2.c — added additional items to be included in price bid 1.6.A — removed requirement for product data for bolts and nuts because it is to be included under Section 33 1105. 12/20/2012 D. Johnson 1.9.A.1 — Added requirement for bypass valve manufacturing 2.2.C. — Added requirement for 30-inch gate valves to have a bypass and bypass material requirements; Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 — Modified acceptable cast iron from Class 40 to Class 35B; Added requirements for reclaimed water applications 1.1.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case -by -case basis 1.6.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 6/24/2014 D. Townsend in foreign factories/foundries providing components to certify on -site quality control. 1.9.A.l.f Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.l.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on -site quality control 1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.1.A.l.a Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 5/6/2015 D. Townsend 2.2.C.3. Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller, track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised May 6, 2015 33 1225- 1 CONNECTION TO EXISTING WATER MAINS Pagel of 8 1 SECTION 33 12 25 2 CONNECTION TO EXISTING WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Connection to existing water mains to include, but not limited to: 7 a. Cutting in a tee for a branch connection 8 b. Extending from an existing water main 9 c. Installing a tapping sleeve and valve 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 17 4. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 18 5. Section 33 05 30 — Location of Existing Utilities 19 6. Section 33 1105 — Bolts, Nuts, and Gaskets 20 7. Section 33 11 10 —Ductile Iron Pipe 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Connection to an existing unpressurized Fort Worth Water Distribution System 24 Main that does not require the City to take part of the water system out of service 25 a. Measurement 26 1) This Item is considered subsidiary to the water pipe being installed. 27 b. Payment 28 1) The work performed and the materials furnished in accordance with this 29 Item are subsidiary to the unit price bid per linear foot of water pipe 30 complete in place, and no other compensation will be allowed. 31 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 32 that requires a shutdown of some part of the water system 33 a. Measurement 34 1) Measurement for this Item shall be per each connection completed. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each "Connection to Existing 38 Water Main" installed for: 39 a) Various sizes of existing water distribution main CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WELLING TON M UL TIFAMIL Y CPN.• 104924 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1.3 REFERENCES 2 A. 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 Society of Mechanical Engineers (ASME): 7 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 8 3. ASTM International (ASTM): 9 a. A36, Standard Specification for Carbon Structural Steel. 10 b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 11 High Temperature or High Pressure Service and Other Special Purpose 12 Applications 13 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 14 Pressure or High Temperature Service, or Both 15 d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 16 e. A283, Standard Specification for Low and Intermediate Tensile Strength 17 Carbon Steel Plates. 18 f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 19 and Intermediate -Tensile Strength. 20 g. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 21 h. D2000, Standard Classification System for Rubber Products in Automotive 22 Applications. 23 4. American Water Works Association (AWWA): 24 a. C200, Steel Water Pipe - 6 IN and Larger. 25 b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. 26 c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel 27 Water Pipelines. 28 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 29 5. American Water Works Association/American National Standards Institute 30 (AWWA/ANSI): 31 a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 32 b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 33 Fittings. 34 c. C115A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron 35 Threaded Flanges. 36 6. NSF International (NSF): 37 a. 61, Drinking Water System Components —Health Effects. 38 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 39 (MSS): 40 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 41 1.4 ADMINISTRATIVE REQUIREMENTS 42 A. Pre -installation Meetings 43 1. Required for any connections to an existing, pressurized 16-inch or larger City 44 water distribution system main that requires a shutdown of some part of the water 45 system CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 1 2. May also be required for connections that involve shutting water service off to 2 certain critical businesses 3 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time 4 for the work to occur. 5 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 6 5. Review work procedures as submitted and any adjustments made for current field 7 conditions. 8 6. Verify that all valves and plugs to be used have adequate thrust restraint or 9 blocking. 10 7. Schedule a test shutdown with the City. 11 8. Schedule the date for the connection to the existing system. 12 B. Scheduling 13 1. Schedule work to make all connections to existing 16-inch and larger mains: 14 a. During the period from November through April, unless otherwise approved by 15 the City 16 b. During normal business hours from Monday through Friday, unless otherwise 17 approved by the City 18 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 19 planned disruption to the existing water system. 20 a. In the event that other water system activities do not allow the existing main to 21 be dewatered at the requested time, schedule work to allow the connection at an 22 alternate time acceptable to the City. 23 1) If water main cannot be taken out of service at the originally requested 24 time, coordination will be required with the City to discuss rescheduling 25 and compensation for mobilization. 26 2) No additional payment will be provided if the schedule was altered at the 27 Contractor's request. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 31 specials. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product Data, if applicable 34 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 35 a. Dimensions, weights, material list, and detailed drawings 36 b. Maximum torque recommended by the manufacturer for the valve by size 37 B. Submittals 38 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 39 by City that includes: 40 a. Results of exploratory excavation 41 b. Dewatering 42 c. Procedure for connecting to the existing water main CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 1 d. Time period for completing work from when the water is shut down to when 2 the main is back in service 3 e. Testing and repressurization procedures 4 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 5 must be certified and provide Welding Certificates, upon request, in accordance 6 with AWWA C200. 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 L I 0 DELIVERY, STORAGE, AND HANDLING 11 A. Storage and Handling Requirements 12 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 13 from the time of shipment until installation is completed. 14 2. Protect all equipment and parts against any damage during a prolonged period at the 15 site. 16 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 17 built and securely bolted thereto. 18 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 19 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 20 extremes in temperature. 21 6. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY 25 A. Manufacturer Warranty 26 1. Manufacturer's warranty shall be in accordance with Division 1. 27 PART 2 - PRODUCTS 28 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 29 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 30 A. Manufacturers 31 1. Only the manufacturers as listed by the City's Standard Products List will be 32 considered as shown in Section 0160 00. 33 a. The manufacturer must comply with this Specification and related Sections. 34 2. Any product that is not listed on the Standard Products List is considered a 35 substitution and shall be submitted in accordance with Section 0125 00. 36 B. Description 37 1. Regulatory Requirements CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 1 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 2 this Specification. 3 b. All valve components in contact with potable water shall conform to the 4 requirements of NSF 61. 5 C. Tapping Sleeve Materials 6 1. Body 7 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM 8 A36 Steel or equal 9 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 10 applied per AWWA C213. 11 c. All buried tapping sleeves shall be provided with polyethylene encasement in 12 accordance with AWWA/ANSI C105/A21.5. 13 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 14 2. Flange 15 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 16 B 16.1 Class 125. 17 b. Recessed for tapping valve per MSS SP-60 18 3. Bolts and Nuts 19 a. Flanged Ends 20 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 21 material. 22 2) Provide bolts and nuts in accordance with Section 33 1105. 23 4. Gaskets 24 a. Provide gaskets in accordance with Section 33 1105. 25 5. Test Plug 26 a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION 32 A. Verification of Conditions 33 1. Verify by exploratory excavation, if needed, that existing water main is as depicted 34 in the Drawings and that the location is suitable for a connection to the existing 35 water main. 36 a. Excavate and backfill trench for the exploratory excavation in accordance with 37 3305 10. 38 2. Verify that all equipment and materials are available on —site prior to the shutdown 39 of the existing main. 40 3. Pipe lines shall be completed, tested and authorized for connection to the existing 41 system in accordance with Section 33 04 40. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1. Upon disruption of the existing water main, continue work until the connection is 5 complete and the existing water main is back in service. 6 B. Procedure 7 1. Expose the proposed connection point in accordance with Section 33 05 10. 8 2. Dewater the existing water line so the chlorinated water is not unlawfully 9 discharged. 10 3. Maintain the water that may bleed by existing valves or plugs during installation 11 within the work area to a reasonable level. 12 a. Control the water in such a way that it does not interfere with the proper 13 installation of the connection or create a discharge of chlorinated water. 14 4 If any discharge of chlorinated water occurs, discharged water shall be de- 15 chlorinated in accordance with Section 33 04 40 16 5. Cut and remove existing water main in order to make the connection. 17 6. Verify that the existing pipe line is suitable for the proposed connection. 18 7. Place trench foundation and bedding in accordance with 33 05 10. 19 8. In the event that a tapping sleeve and valve is used, the coupon from the existing 20 water main shall be submitted to the City. 21 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 22 10. Establish thrust restraint as provided for in the Drawings. 23 11. Clean and disinfect the pipeline associated with the connection in accordance with 24 Section 33 04 40. 25 12. Place embedment to the top of the pipe zone. 26 13. Request that the City Valve Crew re -pressurize the pipeline. 27 14. Directionally flush the connection in accordance with Section 33 04 40. 28 15. Request that City Valve Crew open all remaining valves. 29 3.5 REPAIR/RESTORATION [NOT USED] 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 FIELD [OR] SITE 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 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised February 6, 2013 331225-8 CONNECTION TO EXISTING WATER MAINS 3.14 ATTACHMENTS [NOT USED] Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•C.3 and 4 — Added reference to Section 33 1105 and removed bolt, nut and gasket material specification 2/6/2013 D. Townsend 3.4.B.4 Modified to refer to Section 33 04040 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised February 6, 2013 331240-1 FIRE HYDRANTS Page 1 of 7 1 SECTION 33 12 40 2 FIRE HYDRANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Dry -barrel fire hydrants with 51/4-inch main valve for use with potable water mains 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 05 10 —Utility Trench Excavation, Embedment and Backfill 13 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 14 5. Section 33 11 10 —Ductile Iron Pipe 15 6. Section 33 11 11 — Ductile Iron Fittings 16 7. Section 33 11 14 — Buried Steel Pipe and Fittings 17 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Fire Hydrant and Extension 22 1) Measurement for this item shall be by the each hydrant, complete in place. 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item and 25 measured under "Measurement" will be paid for at the unit prices bid per each 26 "Fire Hydrant" installed. 27 3. The price bid shall include: 28 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 29 Drawings 30 b. Dry -Barrel Fire Hydrant assembly from base to operating nut 31 c. Extension barrel and stem 32 d. Adjusting hydrant to the appropriate height 33 e. Painting 34 f. Pavement Removal 35 g. Excavation 36 h. Freight, loading, unloading and handling 37 i. Disposal of excess material 38 j. Furnish, placement and compaction of embedment 39 k. Furnish, placement and compaction of backfill 40 1. Blocking, Braces and Rest 41 m. Clean up CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 3, 2014 331240-2 FIRE HYDRANTS Page 2 of 7 ] n. Disinfection 2 o. Testing 3 1.3 REFERENCES 4 A. Definitions 5 1. Base: The lateral connection to the fire hydrant lead; also called a shoe 6 B. 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. American Water Works Association (AWWA): 11 a. C502, Dry -Barrel Fire Hydrants 12 b. Manual of Water Supply Practices M17 (AWWA Manual M17) —Installation, 13 Field Testing, and Maintenance of Fire Hydrants 14 3. NSF International 15 a. 61, Drinking Water System Components —Health Effects 16 4. National Fire Protection Association (NFPA) 17 a. 1963, Standard for Fire Hose Connections 18 5. Underwriters Laboratories, Inc. (UL) 19 a. 246, Hydrants for Fire -Protection Service 20 6. Factory Mutual (FM) 21 a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for 22 Private Fire Service 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 0133 00. 26 B. All submittals shall be approved by the City prior to construction. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Dry -Barrel Fire Hydrant stating: 30 a. Main valve opening size 31 b. Nozzle arrangement and sizes 32 c. Operating nut size 33 d. Operating nut operating direction 34 e. Working pressure rating 35 f. Component assembly and materials 36 g. Coatings and Finishes 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE 40 A. Qualifications 41 1. Manufacturers 42 a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 3, 2014 331240-3 FIRE HYDRANTS Page 3 of 7 1 1) Change orders, specials and field changes may be provided by a different 2 manufacturer upon City approval. 3 2. Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and 4 FM 1510. 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Storage and Handling Requirements 7 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and 8 AWWA Manual M17. 9 2. Protect all parts so that no damage or deterioration will occur during a prolonged 10 delay from the time of shipment until installation is completed and the units and 11 equipment are ready for operation. 12 3. Protect all equipment and parts against any damage during a prolonged period at the 13 site. 14 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 15 strongly built and securely bolted thereto. 16 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 17 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 18 extremes in temperature. 19 7. Secure and maintain a location to store the material in accordance with Section 01 20 6600. 21 1.11 FIELD CONDITIONS [NOT USED] 22 1.12 WARRANTY 23 A. Manufacturer Warranty 24 1. Manufacturer's Warranty shall be in accordance with Division 1. 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 0160 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00. 34 3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer 35 regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar 36 service and size. 37 B. Description 38 1. Regulatory Requirements 39 a. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA 40 C502 and shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 3, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 331240-4 FIRE HYDRANTS Page 4 of 7 b. All Dry -Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) 7/8 inch at the top 2) Open by turning the operating nut to the right (clockwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 51/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) Hose nozzles (1) 2 x 21/2-inch (nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non -corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AWWA C502. 2. Dry -Barrel Fire Hydrant Assembly a. Internal parts 1) Threads CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 WELLING TON M UL TIFAMIL Y CPN.• 104924 331240-5 FIRE HYDRANTS Page 5 of 7 1 a) Provide operating thread designed to avoid metal such as iron or steel 2 threads against iron or steel parts. 3 2) Stem 4 a) Stem Nuts 5 (1) Provide bronze stem nuts. 6 (a) Grades per AWWA C502 7 b) Where needed, stem shall be grooved and sealed with 0-rings. 8 3. Provide crushed rock for placement around base conforming to Section 33 05 10. 9 F. Finishes 10 1. Primer Materials 11 a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502. 12 2. Finish Materials 13 a. Dry -Barrel Fire Hydrant 14 1) Exterior 15 a) Above grade 16 (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant 17 assembly components in accordance with AWWA C502. 18 (2) Coating shall be Flynt Aluminum Paint in Silver. 19 b) Below grade 20 (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant 21 assembly components in accordance with AWWA C502. 22 2) Interior 23 a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance 24 with AWWA C502 25 2.3 ACCESSORIES 26 A. Polyethylene Encasement 27 1. Provide polyethylene encasement in accordance with Section 33 11 10. 28 B. Embedment 29 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 30 2.4 SOURCE QUALITY CONTROL 31 A. Tests and Inspections 32 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with AWWA 33 C502. 34 B. Markings 35 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with AWWA C502. 36 PART 3 - EXECUTION [NOT USED] 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 3, 2014 331240-6 FIRE HYDRANTS Page 6 of 7 1 l . Install in accordance with AWWA Manual of Water Supply Practice M17, 2 manufacturer's recommendations and as shown on the Drawings. 3 2. Provide vertical installation with braces, rest and blocking in accordance with City 4 Standard Details. 5 3. Excavate and backfill trenches in accordance with 33 05 10. 6 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10. 7 a. At the location of the weep holes, wrap barrel with polyethylene encasement 8 and crushed rock with filter fabric to prevent dirt and debris from entering the 9 fire hydrant. 10 5. Polyethylene encasement installation shall be in accordance with the applicable 11 portion of Section 33 11 10. 12 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated 13 in the Drawings. 14 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in 15 accordance with AWWA Manual of Water Supply Practice M17, to allow drain 16 outlets to operate. 17 a. The crushed rock should extend 6 inches above the drain outlets and a 18 minimum of 1 foot on all sides of the fire hydrant base. 19 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 20 a. Cover is measured from the invert at the fire hydrant base, vertical to ground 21 elevation. 22 b. Fittings may be used along fire lead line to ensure minimum and maximum 23 cover requirements are met. 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD CONTROL 27 A. Field Inspections 28 1. The Dry -Barrel Fire Hydrant and assembly shall perform as intended with no 29 deformation, leaking or damage of any kind for the pressure ranges indicated. 30 2. City inspector will issue final inspection notice to City staff. 31 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to 32 inspect and operate the hydrant, to ensure that the fire hydrant was installed in 33 accordance with AWWA Manual of Water Supply Practice MIT This includes but 34 is not limited to: 35 a. Operation of Nozzles and operating nut are not obstructed. 36 b. Drain valve is not obstructed or plugged 37 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the 38 water line it's connected to is put in service. 39 B. Non -Conforming Work 40 1. If access and operation of the Dry -Barrel Fire Hydrant or its appurtenances do not 41 meet the criteria of the AWWA Manual of Water Supply Practice M17, the 42 Contractor will remedy the situation criteria, at the Contractor's expense. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 3, 2014 331240-7 FIRE HYDRANTS Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE 7 3.14 ATTACHMENTS 8 0 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.21.2.a.1).a).(2) Added paint manufacturer specification 12/20/2012 D. Johnson 2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations 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. 11/27/2013 D. Townsend Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1, 2.2.13.l.c, 2.4.13.2 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 1/3/2014 D. Townsend 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.l.c, 2.4.13.2 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised January 3, 2014 1 2 3 PART1- GENERAL SECTION 33 12 50 WATER SAMPLING STATIONS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Water sampling stations for potable water mains 7 8 9 10 11 12 13 14 15 16 17 18 19 20 33 12 50 - 1 WATER SAMPLING STATIONS Page 1 of 5 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section 1. 1-inch water service line a. From water main to curb stop (including tap) D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 12 10 — Water Services 1-inch to 2-inch 7. Section 33 12 25 — Connections to Existing Water Mains 21 1.2 PRICE AND PAYMENT PROCEDURES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Water Sampling Station a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Water Sampling Station" completed in place. c. The price bid includes: 1) Furnishing and installing Sampling Station with appurtenances as specified in the Drawings 2) Meter box and Lid 3) Concrete support block 4) Curb stop 5) Fittings 6) Incidental 5 feet of service line 7) Pavement Removal 8) Excavation 9) Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN.• 104924 33 12 50 - 2 WATER SAMPLING STATIONS Page 2 of 5 1 10) Disposal of excess material 2 11) Clean up 3 12) Disinfection 4 13) Testing 5 2. Water Sampling Station installed per City Standard Details. 6 a. Measurement 7 1) This Item is considered subsidiary to Water Meter Vault. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item are subsidiary to the unit price per each Water Meter Vault (with 11 Sampling Station) installed and no other compensation will be allowed. 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this Specification refer to the current reference 15 standard published at the time of the latest revision date logged at the end of this 16 Specification, unless a date is specifically cited. 17 2. NSF International 18 a. 61, Drinking Water System Components —Health Effects 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to construction. 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 24 A. Product Data 25 1. Product Data submitted in accordance with Section 33 12 10. 26 2. Sampling Station 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 31 A. Storage and Handling Requirements 32 1. Protect all parts such that no damage or deterioration will occur during a prolonged 33 delay from the time of shipment until installation is completed and the units and 34 equipment are ready for operation. 35 2. Protect all equipment and parts against any damage during a prolonged period at the 36 site. 37 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 38 extremes in temperature. 39 4. Secure and maintain a location to store the material in accordance with Section 01 40 6600. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 331250-3 WATER SAMPLING STATIONS Page 3 of 5 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED PRODUCTS 5 A. Water sampling station 6 1. Eclipse TM Number 88 Sampling Station, or approved equal, with 12-inch depth of 7 bury 8 2. Lockable, aluminum weather shield enclosure 9 3. Brass internal piping and appurtenances 10 4. Galvanized riser pipe 11 5. Brass isolation valve with 3/4-inch female iron pipe inlet 12 6. Removable parts that require no excavation 13 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS 14 A. Manufacturers 15 1. Only the manufacturers as listed on the City's Standard Products List will be 16 considered as shown in Section 0160 00. 17 a. The manufacturer must comply with this Specification and related Sections. 18 2. Any product that is not listed on the Standard Products List is considered a 19 substitution and shall be submitted in accordance with Section 0125 00. 20 3. The Water Services and appurtenances shall be new and the product of a 21 manufacturer regularly engaged in the manufacturing of Water Services and 22 appurtenances having similar service and size. 23 B. Description 24 1. Regulatory Requirements 25 a. All Water Sampling Station components in contact with potable water shall 26 conform to the requirements of NSF 61. 27 C. Materials / Design Criteria 28 1. Water Service 29 a. In accordance with Section 33 12 10 include: 30 1) 1-inch Water Service 31 2) 3/4-inch Water Service 32 3) 1-inch Corporation Stop 33 4) 1-inch Curb Stop 34 5) Fittings 35 6) 1-inch standard plastic meter box 36 2. Concrete Pad 37 a. In accordance with Section 03 30 00 38 b. Dimensions 39 1) 2 feet x 2 feet 40 2) 6 inches thick 41 c. Design CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 33 12 50 - 4 WATER SAMPLING STATIONS Page 4 of 5 1 1) Class `13' Concrete (2500 psi) 2 2) Reinforced with #4 Rebar 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL 5 A. Tests, Inspections and Markings 6 1. Conform to Section 33 12 10. 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 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 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Sampling Station in accordance with City Standard Details and Section 33 12 10 Water to include: a. 1-inch Corporation Stop b. 1-inch Water Service c. 1-inch Curb Stop d. 1-inch 90 Degree Elbow e. 1 inch x 3/4 inch Reducer f. 3/4-inch Water Service g. Sampling Station h. 1-inch standard plastic meter box i. Concrete Pad 2. Where appropriate, place sampling station adjacent to power pole, elevated tank, street sign, tree or fire hydrant a. Typical installation on short side of street b. When placing adjacent to fire hydrant: 1) Maintain 4-foot offset from fire hydrant and lead. 2) Do not tap fire hydrant lead line. c. For installations adjacent to valves along large water mains, connect to existing large valve copper riser. 1) Do not tap main, unless approved by City. 3. Excavate, embed and backfill trenches in accordance with 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. See Section 33 12 10. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN.• 104924 331250-5 WATER SAMPLING STATIONS Page 5 of 5 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 DATE NAME 12/20/2012 D.Johnson 10 END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A.l.c — 1-inch standard meter box added to price bid 2.2.C.La - 1-inch standard meter box added to materials list 3.4.A.1 - 1-inch standard meter box added to installation CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 331260-1 STANDARD BLOW -OFF ASSEMBLY Page 1 of 4 1 SECTION 33 12 60 2 STANDARD BLOW -OFF ASSEMBLY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Standard Blow -off Assembly (6-inch thru 12-inch) 7 B. Products Installed but Not Furnished Under This Section 8 1. None 9 C. Deviations from this City of Fort Worth Standard Specification 10 1. None. 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 03 80 00 — Modifications to Existing Concrete Structures 17 5. Section 33 05 10 —Utility Trench Excavation, Embedment, and Backfill 18 6. Section 33 05 13 — Frame, Cover and Grade Rings 19 7. Section 33 11 10 — Ductile Iron Pipe 20 8. Section 33 11 11 — Ductile Iron Fittings 21 9. Section 33 11 13 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 22 10. Section 33 11 14 — Buried Steel Pipe and Fittings 23 11. Section 33 12 20 — Resilient Seated Gate Valve 24 12. Section 33 39 10 — Cast -in -Place Concrete Manholes 25 13. Section 33 39 20 — Precast Concrete Manholes 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Measurement 29 a. Measurement for this Item shall be per each. 30 b. Measurement includes gate valves, piping, appurtenances, manhole and cast-in- 31 place concrete bases. 32 1) Tee or outlet from water main is measured and paid for separately. 33 2. Payment 34 a. The work performed and the materials furnished in accordance with this Item 35 shall be paid for at the unit price bid per each "Blow Off Valve" installed for: 36 1) Various sizes 37 3. The price bid shall include: CITY OF FORT WORTH WELLINGTONMULTIF"ILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 19, 2013 331260-2 STANDARD BLOW -OFF ASSEMBLY Page 2 of 4 1 a. Excavation 2 b. Pre -cast or cast -in -place concrete manhole and appurtenances 3 c. Cast -in -place concrete gate valve bases 4 d. Crushed rock foundation 5 e. Hinged frame and cover 6 f. Piping, valves and appurtenances 7 g. Fittings (excluding tee or outlet on water main) 8 h. Horizontal thrust blocking 9 i. Backfill 10 j. Pavement removal 11 k. Hauling 12 1. Disposal of excess material 13 m. Placement and compaction of backfill 14 n. Clean-up 15 o. Surface restoration associated with blow -off valve manhole and piping 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS 19 A. All submittals shall be in accordance with Section 0133 00. 20 B. All submittals shall be approved by the City prior to delivery. 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Product Data 23 1. Precast Concrete Manhole 24 2. Piping 25 3. Isolation Valves 26 4. Frame and Cover 27 5. Concrete mix design for gate valve bases 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY 34 A. Manufacturer Warranty 35 1. Manufacturer's warranty shall be in accordance with Division 1. CITY OF FORT WORTH WELLINGTONMULTIF"ILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 19, 2013 331260-3 STANDARD BLOW -OFF ASSEMBLY Page 3 of 4 1 PART 2 - PRODUCTS 2 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 4 A. Materials 5 1. Cast -in -Place or Precast Concrete Manholes — Conform to Sections 33 39 10 or 33 6 3920 7 2. Gate Valves — Conform to Section 33 12 20 8 3. Ductile Iron Pipe — Conform to Section 33 11 10 9 4. Ductile Iron Fittings — Conform to Section 33 11 11 10 5. Hinged Frame and Cover — Conform to Section 33 05 13 11 6. Concrete Mix Design — Conform to Section 03 30 00 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION 17 A. Evaluation and Assessment 18 1. Verify lines and grades are in accordance to the Drawings. 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. Install blow -off assembly in accordance with respective manufacturer's 22 recommendations. 23 B. Pipe Penetrations 24 1. Conform to Section 03 80 00. CITY OF FORT WORTH WELLINGTONMULTIF"ILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 19, 2013 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 331260-4 STANDARD BLOW -OFF ASSEMBLY Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIF"ILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 19, 2013 3341 10-1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 1 SECTION 33 4110 2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, 7 including: 8 a. Pipe or box fittings 9 b. Connection of drain lines to curb inlets 10 c. All joints 11 d. All connections to new or existing pipe or headwalls, manholes, etc., to the 12 lines and grades shown on the Drawings 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 19 4. Section 03 30 00 — Cast -in -Place Concrete 20 5. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 21 6. Section 33 05 23 — Hand Tunneling 22 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Reinforced Concrete Storm Drain Pipe 26 a. Measurement 27 1) Measured along the longitudinal centerline of the pipe from the initial 28 beginning point as shown on Drawings to the end of construction as shown 29 on Drawings, excluding inside diameters of any manholes encountered 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 linear foot of "RCP" installed for: 34 a) Various sizes 35 b) Various classes 36 c. The price bid shall include: 37 1) Furnishing and installing the specified diameter pipe and appurtenant 38 fittings 39 2) Mobilization 40 3) Pavement removal 41 4) Excavation CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 334110-2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 2. Reinforced Concrete Storm Drain Culverts a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Box Culvert" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 35 1.3 REFERENCES 36 A. Reference Standards 37 38 39 40 41 42 43 44 45 46 47 48 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. T111, Inorganic Matter or Ash in Bituminous Materials. 3. ASTM International (ASTM): a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WELLINGTON MULTIFAMILY CPN.• 104924 334110-3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 12 1 d. C361, Standard Specification for Reinforced Concrete Low -Head Pressure 2 Pipe. 3 e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using 4 Rubber Gaskets. 5 f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 6 g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm 7 Drain, and Sewer Pipe. 8 h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm 9 Drain, and Sewer Pipe. 10 i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and 11 Precast Box Sections Using Preformed Flexible Joint Sealants. 12 j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box 13 Sections for Culverts, Storm Drains, and Sewers. 14 k. D4, Standard Test Method for Bitumen Content. 15 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic 16 Compounds. 17 in. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball 18 Apparatus). 19 n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt 20 (Displacement Method). 21 o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup 22 Tester. 23 p. D 113, Standard Test Method for Ductility of Bituminous Materials. 24 q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 25 4. TxDOT Test Procedures (Tex): 26 a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for 27 Precast Concrete 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 0133 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 33 A. Certificates 34 1. Furnish manufacturer's certificate of compliance that their product meets the 35 physical testing requirements of this Specification for the materials referenced 36 including, but not limited to: 37 a. Reinforced concrete pipe 38 b. Concrete box culvert 39 c. Jointing materials CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 3341 10 - 4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 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. Storage and Handling Requirements 6 1. Secure and maintain a location to store the material in accordance with Section 01 7 6600. 8 2. Keep pipe clean and fully drained during storage. 9 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 10 4. Repair or replace any damaged pipe before installation per the manufacturer's 11 recommendation. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 16 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Fabrication 1. Precast Reinforced Concrete Pipe a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively. b. Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate and water proportional to provide a homogeneous concrete meeting the specified strength requirements. c. Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. d. Do not use transit mixed concrete to manufacture precast concrete pipe. 2. Concrete Box Culvert a. Cast -in -Place 1) Conform to Section 03 30 00. b. Precast 1) Furnish machine made precast boxes in accordance with ASTM C1433. 2) Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate, and water proportional to provide a homogeneous concrete meeting the specified strength requirements. 3) Concrete water to cement ratio not to exceed 0.53 by weight 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless mix designs with lower cement content demonstrate that the quality and performance of the sections meet the requirements of this Specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WELLINGTON MULTIFAMILY CPN.• 104924 334110-5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5 of 12 1 5) Mix concrete in a central batch plant or other approved batching facility 2 where the quality and uniformity of the concrete is assured. 3 6) Do not use transit mixed concrete to manufacture precast concrete box 4 culvert. 5 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 6 or ASTM A497. 7 3. Jointing Materials 8 a. Use any of the materials described in this Section for the making of joints. 9 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 10 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 11 a) Provide flexible joint sealants that meet the requirements of 12 ASTM C990. 13 b) Utilize 1 continuous gasket conforming to the joint shape for each joint. 14 c) Plastic gasket shall be produced from blends of refined hydrocarbon 15 resins and plasticizing compounds reinforced with inert mineral filler 16 and shall contain no solvents, irritating fumes or obnoxious odors. 17 d) Use flexible joint sealants that do not depend on oxidizing, evaporating 18 or chemical action for its adhesive or cohesive strength. 19 e) Supply in extruded rope form of suitable cross section and size as to fill 20 the joint space when the pipes are joined. 21 f) Provide a size of the pre -formed flexible joint sealant in accordance 22 with the manufacturer's recommendations and large enough to properly 23 seal the joint and obtain the squeeze out as described under 24 construction methods. 25 g) The gasket joint sealer shall be protected by a suitable removable 2- 26 piece wrapper, and the 2-piece wrapper shall be so designed that 'Y2 may 27 be removed longitudinally without disturbing the other %2 to facilitate 28 application as noted below. 29 h) The chemical composition of the gasket joint sealing compound as 30 shipped shall meet the requirements of Table 1 when tested in 31 accordance with the test methods shown. 32 33 Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds 34 35 i) Gasket joint sealing compound when immersed for 30 days at ambient 36 room temperature separately in 5 percent solution of caustic potash, a 37 mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric 38 acid and a saturated hydrogen sulfide (H2S) solution shall show no 39 visible deterioration. 40 j) The physical properties of the gasket joint sealing compound as 41 shipped shall meet the requirements in Table 2 when tested in 42 accordance with the test methods shown. 43 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 334110-6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 12 Table 2. Sealing Compound Physical Properties Property Test Method Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 Ductility at 77 degrees F ASTM D 113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 degrees F (300-gms) 60-seconds 75 minimum 77 degrees F (150-gms) 5-seconds ASTM D217 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.0 625 degrees F 2 3) Rubber Gaskets 3 a) Provide gaskets that conform to ASTM C361 or ASTM C443. 4 b) Meet the requirements of ASTM C443 for design of the joints and 5 permissible variations in dimensions. 6 B. Design Criteria 7 1. Reinforced Concrete Pipe 8 a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe 9 with shell thickness, circumferential reinforcement and strength conforming to 10 the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch 11 or elliptical pipe respectively, except as modified below: 12 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular 13 reinforcement. 14 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its 15 option, furnish pipe manufactured with either Wall "B" or Wall "C" 16 minimum thicknesses and the applicable minimum steel area as listed for 17 circular cages in Table II of ASTM C76, provided test strength 18 requirements for Class III pipe are satisfactorily met. 19 b. Jacking, Boring, or Tunneling 20 1) Design pipe for jacking, boring or tunneling conforming to the 21 requirements of Section 33 05 23. 22 2) W en requested, provide design notes and drawings signed and sealed by a 23 Texas licensed professional engineer. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Tests and Inspections 27 1. Reinforced Concrete Pipe 28 a. Acceptance of pipe will be determined by the results of the following tests: 29 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 30 2) Absorption tests in accordance with ASTM C497. 31 3) 3-edge bearing tests in accordance with ASTM C497. 32 a) Testing Rate 33 (1) If tested for 0.01-inch crack only: 34 (a) Test 0.8 percent of pipe sections for each size included in order 35 (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 334110-7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the formation of a 0.01 inch crack and that meet the 0.01 inch test load requirements shall be accepted for use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series if a specimen fails to meet test requirements. (2) Entire pipe series will be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diameter may be accepted on the basis of material tests and inspection of completed product as an alternate to 3- edge bearing test, at the option of the manufacturer. (1) Acceptance of pipe will be determined by the results of the material tests as required in ASTM C76, ASTM C506 or ASTM C507. (a) Perform crushing tests on cores taken from barrel of completed and cured pipe. (b) Perform absorption tests on samples from pipe wall. (c) Inspect finished pipe including amount and placement of reinforcement. (2) Manufacturer will furnish facilities and personnel for taking core samples from pipe barrel and for determining compressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet strength requirements. (a) Plug and seal sections in a manner that the pipe section will meet all test requirements of ASTM C76, ASTM C506 or ASTM C507. (b) Pipe sections plugged and sealed as described above will be accepted for use. 4) Inspect the finished pipe to determine its conformance with the required design. 2. Cast -in -Place Concrete Box Culvert a. Provide test specimens that meet the requirements of Division 03. 3. Precast Box Culvert a. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. b. Make a minimum of 4 test cylinders for each day's production run and each mix design. c. Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the specimens in accordance with Tex-704-I. B. Sizes and Permissible Variations 1. Reinforced Concrete Pipe a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible under run of length are in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WELLINGTON MULTIFAMILY CPN.• 104924 0 334110-8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 12 1 b. W ere rubber gasket pipe joints are to be used, the design of joints and 2 permissible variations in dimensions shall be in accordance with ASTM C443, 3 Sections 7 and 8. 4 2. Cast -in -Place or Precast Box Culvert 5 a. Ensure that precast sections of either type meet the following requirements: 6 1) The inside vertical and horizontal dimensions do not vary from Drawing 7 requirements by more than 1/2 inch or 1 percent, whichever is greater. 8 2) The horizontal or vertical plane at each end of the box section does not vary 9 from perpendicular by more than 1/2 inch or 1 percent, whichever is 10 greater, measured on the inside faces of the section. 11 3) The sides of a section at each end do not vary from being perpendicular to 12 the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, 13 when measured diagonally between opposite interior corners. 14 b. Ensure that wall and slab thicknesses are not less than shown on the Drawings 15 except for occasional deficiencies not greater than 1/4 inch or 5 percent, 16 whichever is greater. 17 1) If proper jointing is not affected, thicknesses in excess of Drawing 18 requirements are acceptable. 19 c. Deviations from the above tolerances will be acceptable if the sections can be 20 fitted at the plant or job site and the joint opening at any point does not exceed 21 1 inch. 22 1) Use match marks for proper installation on sections that have been accepted 23 in this manner. 24 C. W rkmanship and Finish 25 1. Reinforced Concrete Pipe 26 a. Ensure that pipe is substantially free from fractures, large or deep cracks and 27 surface roughness. 28 b. Ensure that ends of pipe are normal to the walls and centerline of the pipe 29 within the limits of variations allowed as stated previously. 30 2. Cast -in -Place or Precast Box Culvert 31 a. Fine cracks on the surface of the member that do not extend to the plane of the 32 nearest reinforcement are acceptable unless the cracks are numerous and 33 extensive. 34 b. Repair cracks that extend into the plane of the reinforcing steel in an approved 35 manner. 36 c. Excessive damage, honeycomb or cracking will be subject to structural review. 37 d. The City may accept boxes with repairs that are sound, properly finished and 38 cured in conformance with pertinent Specifications. 39 e. W en fine cracks on the surface indicate poor curing practices, discontinue 40 further production of precast sections until corrections are made and proper 41 curing is provided. 42 D. Curing 43 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type 44 of pipe as referred to above. 45 E. Marking 46 1. Reinforced Concrete Pipe 47 a. Clearly mark the following information on each section of pipe: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WELLINGTON MULTIFAMILY CPN.• 104924 334110-9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 1 1) Class of pipe 2 2) ASTM designation 3 3) Date of manufacture 4 4) Identification of plant 5 5) Name or trademark of the manufacturer 6 6) Pipe to be used for jacking and boring 7 b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end 8 of each section during the process of manufacture or immediately after with the 9 following: 10 1) The location of the top or bottom of the pipe as it should be installed, 11 unless the external shape of the pipe is such that the correct position of the 12 top and bottom is obvious 13 2) Mark the pipe section by indenting or painting with waterproof paint. 14 2. Cast -in -Place or Precast Box Culvert 15 a. Mark precast boxes with the following: 16 1) Name or trademark of the producer 17 2) Date of manufacture 18 3) Box size 19 4) Minimum and maximum fill heights 20 b. For boxes without lifting holes, mark 1 end of each box section on the inside 21 and outside walls to indicate the top or bottom as it will be installed. 22 c. Indent markings into the box section or paint them on each box with waterproof 23 paint. 24 F. Pipe/Box Rejection 25 1. Individual sections of pipe/box may be rejected if any of the Specification 26 requirements are not met or if any of the following exist: 27 a. Fractures or cracks passing through the shell, with the exception of a single end 28 crack that does not exceed the depth of the joint 29 b. Defects that indicate imperfect proportioning, mixing and molding 30 c. Surface defects indicating honeycombed or open texture 31 d. Damaged ends which would prevent making a satisfactory joint 32 e. Any continuous crack having a surface width of 0.01 inch or more and 33 extending for a length of 12 inch or more 34 2. Mark rejected pipe/box with painted "REJECTED". 35 3. Remove rejected pipe/box immediately from job site and replace with pipe/box 36 meeting the requirements of this Specification. 37 PART 3 - EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 INSTALLATION 42 A. General CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 1 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for 2 open -cut type installation. 3 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling 4 methods are specified on Drawings. 5 3. Establish and maintain lines and grades. 6 B. Pipe/Box Laying — Trench Installation 7 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom 8 conditions. 9 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot 10 or tongue end of the pipe joint pointing downstream, and proceed toward the inlet 11 or upstream end with the abutting sections properly matched, true to the established 12 lines and grades. 13 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box 14 according to manufacturer's recommendation. 15 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing 16 the prepared bedding or sides of trench. 17 5. Carefully clean pipe/box ends before pipe is placed in trench. 18 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each 19 length of pipe/box is laid. 20 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 21 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical 22 reinforcing is used, lay the pipe in trench so that the markings for top or bottom are 23 not more than 5 degrees from the vertical plane through the longitudinal axis of the 24 pipe 25 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment 26 or that shows excessive settlement after laying. 27 C. Multiple Barrel Box Culvert Placement 28 1. Fill the annular space between multiple boxes with crushed rock or CLSM 29 according to 03 34 13. 30 a. Water jetting will not be allowed between parallel boxes. 31 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the 32 inlet end with the abutting sections properly matched. 33 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established 34 lines and grades. 35 D. Jointing 36 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 37 a. Brush -apply a suitable primer, recommended by the manufacturer of the gasket 38 joint sealer, to tongue and groove joint surfaces and end surfaces. 39 1) Ensure that surface to be primed is clean and dry when primer is applied. 40 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement 41 protrusions. 42 3) Allow primer to dry and harden. 43 b. Attach plastic gasket sealer around tapered tongue or tapered groove near the 44 pipe joint hub or shoulder, before laying pipe in trench. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 3341 10 - 11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 11 of 12 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and 2 press it firmly to the clean, dry pipe joint surface. 3 1) Do not remove the outside wrapper until immediately before pushing pipe 4 into its final position. 5 d. Align the tongue correctly with the flare of the groove. 6 e. Remove outside wrapper on the gasket and pull or push pipe home with 7 sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause 8 evidence of gasket material squeeze -out on inside or outside around complete 9 pipe joint circumference. 10 1) Remove any joint material that pushed out into the interior of pipe. 11 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on 12 line and grade at all times. 13 f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint 14 has been inspected and approved by the Engineer or Inspector. 15 1) Take special precautions in placing and compacting backfill to avoid 16 damage to joints. 17 g. When the atmospheric temperature is below 60 degrees F, store pre -formed 18 flexible joint sealants in an area warmed to above 70' degrees F or artificially 19 warmed to this temperature in a manner satisfactory to the Engineer. 20 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, 21 followed by connection to previously laid pipe. 22 2. Rubber Gaskets 23 a. Make the joint assembly according to the recommendations of the gasket 24 manufacturer. 25 b. When using rubber gaskets, make joints watertight. 26 c. Backfill after the joint has been inspected and approved. 27 E. Backfill 28 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. 29 F. Pipe fittings 30 1. Poured Concrete Pipe Collars 31 a. Provide collars for locations shown on Drawings. 32 b. Collar cost is considered subsidiary to bid price for furnishing and installing 33 reinforced concrete pipe. No extra payment will be made for installation of 34 concrete pipe collars shown on the Drawings. 35 2. Shop and Field -Fabricated Wyes, Tees, Crosses and Bends 36 a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as 37 indicated on Drawings or required by the Engineer. 38 b. Shop -fabricate fittings for maximum pipe size less than 24-inches in diameter 39 for the larger pipe. 40 c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. 41 d. Field -fabricate fittings for box culverts. 42 e. Take care in fabrication that concrete walls of pipe are broken back only 43 enough to provide the required finished opening. 44 f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a 45 rigid connection. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 3341 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 12 of 12 1 g. Concrete or mortar (as specified in this segment) shall be wiped over the 2 reinforcing wires connecting the 2 pipe joints, compacted by light blows, 3 shaped to the contour of the pipe barrels, lightly brushed for finish and cured 4 under wet burlap. 5 3. Poured Concrete Pipe Plugs 6 a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines 7 terminate at locations with no connection to drainage structures. 8 b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and 9 installing reinforced concrete pipe. No extra payment will be made for 10 installation of concrete pipe plugs shown on the Drawings. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL 14 A. Field Tests and Inspections 15 1. Video Inspection 16 a. Perform post -construction TV inspection of all installed reinforced concrete 17 pipes/boxes conforming to the requirements of Section 33 01 31. 18 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. 19 a. At the City's discretion, replace any pipe/box that is determined to have 20 jointing problems, cracking or significant debris. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 27 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] 28 29 DATE NAME 30 END OF SECTION Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE WELLINGTON MULTIFAMILY CPN.• 104924 334910-1 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 1 of 6 1 SECTION 33 4910 2 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain cast -in -place concrete manholes and junction boxes 7 8 9 10 11 12 13 14 15 16 17 18 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Division 3 — Concrete 4. Section 03 30 00 — Cast -In -Place Concrete 5. Section 3123 16 — Unclassified Excavation 6. Section 3150 00 — Excavation Support and Protection 7. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Storm Drain Manhole Risers a. Measurement 1) Measurement for this Item shall be per each Manhole Riser complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and will be paid for at the unit price bid per each "Manhole Riser" installed for: a) Various Sizes c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Manhole construction 8) Manhole frames 9) Steps 10) Ring and Cover 11) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 334910-2 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 2 of 6 1 2. Storm Junction Boxes 2 a. Measurement 3 1) Measurement for this Item shall be per each Junction Box complete, or 4 completed to the stage of construction required by Drawings. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 will be paid for at the unit price bid per each "Storm Junction Box" 8 installed for: 9 a) Various sizes 10 c. The price bid shall include: 11 1) Mobilization 12 2) Excavation 13 3) Hauling 14 4) Disposal of excess materials 15 5) Furnishing, placement and compaction of embedment 16 6) Furnishing, placement and compaction of backfill 17 7) Junction Box construction 18 8) Junction Box frames 19 9) Steps 20 10) Ring and Cover 21 11) Clean-up 22 3. Storm Junction Structure 23 a. Measurement 24 1) Measurement for this Item shall be per each Junction Structure complete, or 25 completed to the stage of construction required by Drawings. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 will be paid for at the lump sum price bid per each "Storm Junction 29 Structure" location. 30 c. The price bid shall include: 31 1) Mobilization 32 2) Excavation 33 3) Hauling 34 4) Disposal of excess materials 35 5) Furnishing, placement and compaction of embedment 36 6) Furnishing, placement and compaction of backfill 37 7) Junction Box construction 38 8) Junction Box frames 39 9) Steps 40 10) Ring and Cover 41 11) Clean-up 42 1.3 REFERENCES 43 A. Reference Standards 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of this 46 Specification, unless a date is specifically cited. 47 2. ASTM International (ASTM): CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 334910-3 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 6 ] a. C478, Standard Specification for Precast Reinforced Concrete Manhole 2 Sections. 3 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 4 Materials. 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to delivery. 9 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 10 A. Certificates 11 1. Furnish manufacturer's certificate of compliance that their product meets the 12 physical testing requirements of this Specification for the materials referenced. 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS 20 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 21 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 22 A. Concrete 23 1. Furnish concrete that conforms to the provisions of Section 03 30 00. 24 B. Reinforcing Steel 25 1. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 26 C. Frames, Grates, Rings, and Covers 27 1. Provide frames, grates, rings and covers that conform to dimensions and materials 28 shown on Drawings and Section 33 05 13. 29 2. Ensure that covers and grates fit properly into frames and seat uniformly and 30 solidly. 31 D. Steps 32 1. Provide polypropylene supports and steps to the shape and dimensions shown on 33 Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 34 16, "Steps and Ladders." CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 334910-4 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 4 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Perform all concrete work in accordance with Division 3. 10 2. Use of forms is required for all concrete walls, except where the nature of the 11 surrounding material is such that it can be trimmed to a smooth vertical face 12 a. Outside form for concrete bases supporting brick walls may be omitted with 13 approval from the Engineer. 14 3. Cast polypropylene supports and steps into concrete walls when concrete is placed 15 or drill and grout steps in place after concrete placement. 16 B. Excavation and Embedment 17 1. Conform to the requirements of Section 3123 16, Section 3150 00 and Section 33 18 05 10, where applicable. 19 C. Manholes for Precast Concrete Drain Pipes 20 1. Construct manholes for precast concrete pipe drains as soon as is practicable after 21 drain lines into or through the manhole locations are completed. 22 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up 23 with mortar. 24 D. Manholes for Monolithic Drain Pipes 25 1. Construct bases for manholes on monolithic drain pipes either monolithically with 26 the drain pipe or after the pipe is constructed. 27 E. Manholes for Box Drains 28 1. Cast bases for manholes for box drains as an integral part of the drainage system. 29 2. Manholes may be constructed prior to backfilling or, if the Contractor so elects, 30 manhole opening may be temporarily covered with timber to facilitate compaction 31 of backfill for the pipe system as a whole with tractor equipment. 32 a. Perform required excavation for manhole, construct manhole and backfill in 33 accordance with Drawings. 34 3. For manholes that are over 5-feet deep, include all manhole steps required in the 35 wall of the box drain. 36 F. Junction Structures 37 1. All structures shall be installed as specified in Drawings. 38 G. Inverts CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 334910-5 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 6 1 1. Shape and route floor inverts passing out or through the manhole as shown on the 2 Drawings. 3 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 4 the required additional material with the base. 5 H. Curing 6 1. Cure all exposed concrete as required in Division 3. 7 I. Finishing 8 1. Finish all concrete as required in Division 3. 9 J. Form Removal 10 1. Remove concrete form as required in Division 3. 11 K. Placement and Treatment of Castings, Frames, and Fittings 12 1. Place castings, frames and fittings in positions indicated on Drawings or as directed 13 by Engineer, true to line and correct elevation. 14 2. Frames or fittings set in new concrete or mortar 15 a. Place and position anchors or bolts before concrete mortar is placed. 16 b. Do not disturb unit until mortar or concrete has set. 17 3. Frames or fittings placed upon previously constructed masonry 18 a. Bring bearing surface or masonry true to line and grade, and present an even 19 bearing surface, so that entire face or back of unit will come in contact with 20 masonry. 21 b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as 22 directed and approved by the Engineer. 23 4. Ensure that units are set firm and secure. 24 5. Allow concrete or mortar to harden for a minimum 7 days. 25 6. Replace and fasten down grates or covers. 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 END OF SECTION CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 334910-6 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 49 20 CURB AND DROP INLETS 334920-1 CURB AND DROP INLETS Page 1 of 5 5 A. Section Includes: 6 1. Construction of inlets, complete in place or to the stage detailed 7 a. Including furnishing and installing frames, grates, rings and covers 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. Division 3 — Concrete 14 4. Section 02 41 13 — Selective Site Demolition 15 5. Section 03 30 00 — Cast -In -Place Concrete 16 6. Section 03 80 00 — Modifications to Existing Concrete Structures 17 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 9. Section 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures 20 to Grade 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be per each inlet complete in place. 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Inlet" installed for or per 28 "Remove and Replace Inlet Top": 29 1) Various types 30 2) Various sizes 31 3. The price bid shall include: 32 a. Furnishing and installing the specified Inlet 33 b. Mobilization 34 c. Excavation 35 d. Hauling 36 e. Disposal of excess materials 37 f. Furnishing, placement and compaction of embedment 38 g. Furnishing, placement and compaction of backfill 39 h. Concrete 40 i. Reinforcing steel CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 334920-2 CURB AND DROP INLETS Page 2 of 5 j . Mortar 2 k. Aluminum and castings 3 1. Frames 4 m. Grates 5 n. Rings and covers 6 o. Clean-up 7 1.3 REFERENCES 8 A. 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. ASTM International (ASTM): 13 a. C478, Standard Specification for Precast Reinforced Concrete Manhole and 14 Inlet Sections. 15 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 16 Materials. 17 c. C309, Standard Specification for Liquid Membrane -Forming Compounds for 18 Curing Concrete. 19 3. Texas Department of Transportation (TxDOT). 20 a. Departmental Materials Specification (DMS): 21 1) 7340, Qualification Procedure for Multi -Project Fabrication Plants of 22 Precast Concrete Manholes and Inlets. 23 1.4 ADMINISTRATIVE REQUIREMENT [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 0133 00. 26 B. All submittals shall be approved by the City prior to delivery. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Precast Concrete Inlet 30 2. Pipe connections at inlet walls 31 3. Stubs and stub plugs 32 4. Admixtures 33 5. Concrete Mix Design 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] 39 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 334920-3 CURB AND DROP INLETS Page 3 of 5 1 PART 2 - PRODUCTS 2 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 4 A. Materials 5 1. Concrete 6 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 7 2. Reinforcing Steel 8 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 9 3. Mortar 10 a. Furnish mortar per Section 03 80 00. 11 4. Steps 12 a. Provide polypropylene supports and steps conforming to the shape and 13 dimensions shown on the Drawings that meet the requirements of ASTM 14 D4101 and ASTM C478, Section 16, "Steps and Ladders." 15 5. Curing Materials 16 a. Curing materials shall conform to the provisions of Division 3. 17 6. Frames, Grates, Rings and Covers 18 a. Provide frames, grates, rings and covers that conform to dimensions and 19 materials shown on Drawings and Section 33 05 13. 20 b. Ensure that covers and grates fit properly into frames and seat uniformly and 21 solidly. 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 28 A. Removal 29 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 30 2. Drill, dowel, and grout in accordance with Section 03 30 00. 31 3.4 INSTALLATION 32 A. Interface with Other Work 33 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I 34 and Stage 11. 35 a. Build inlets designed to match the final roadway surface in stages. 36 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in 37 this Section. 38 a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 334920-4 CURB AND DROP INLETS Page 4 of 5 1 3. Construct Stage II after the pavement structure is substantially complete unless 2 otherwise approved by the Engineer. 3 a. For Stage 11, construct the remaining wall height and top of inlet and furnish 4 and install any frames, grates, rings and covers, manhole steps, curb beams or 5 collecting basins required. 6 B. Cast -In -Place Inlets 7 1. Construct cast -in -place inlets in accordance with Section 03 30 00. 8 a. Forms will be required for all concrete walls. 9 b. Outside wall forms for cast -in -place concrete may be omitted with the approval 10 of the Engineer if the surrounding material can be trimmed to a smooth vertical 11 face. 12 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or 13 drill and grout steps in place after concrete placement. 14 C. Inlets for Precast Concrete Drain Pipes 15 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm 16 drain lines into or through the inlet locations are completed. 17 a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with 18 mortar. 19 D. Inlets for Monolithic Drain Pipes 20 1. Construct bases for inlets on monolithic drain pipes either monolithically with the 21 storm drain or after the storm drain is constructed. 22 E. Inverts 23 1. Shape and route floor inverts passing out or through the inlet as shown on the 24 Drawings. 25 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 26 the required additional material with the base. 27 F. Finishing Complete Inlets 28 1. Complete inlets in accordance with the Drawings. 29 2. Backfill to original ground elevation in accordance with Section 33 05 10. 30 G. Finishing Stage I Construction 31 1. Complete Stage I construction by constructing the walls to the elevations shown on 32 the Drawings and backfilling to required elevations in accordance with Section 33 33 05 10. 34 H. Stage 11 Construction 35 1. Construct subgrade and base course or concrete pavement construction over Stage I 36 inlet construction, unless otherwise approved by the Engineer. 37 2. Excavate to expose the top of Stage I construction and complete the inlet in 38 accordance with the Drawings and these Specifications, including backfill and 39 cleaning of all debris from the bottom of the manhole or inlet. 40 1. Form Removal 41 1. Forms used in the construction of "Inlets" which support vertical loads will remain 42 in place at least 24 hours after the concrete is placed. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 334920-5 CURB AND DROP INLETS Page 5 of 5 2. Other forms shall remain in place for a minimum time 24 hours after concrete is placed, unless otherwise directed by the Engineer. J. Curing 1. Cure all exposed concrete as required in Section 03 30 00. K. Finishing 1. Conform to Section 03 30 00. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING A. Refer to Section 33 05 14. 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/11/2022 M Owen Revised measurement and payment section to include bid item for "Remove and Replace Inlet Top" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WELLING TON M UL TIFAMIL Y CPN.• 104924 334940-1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 1 of 5 1 SECTION 33 49 40 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain headwalls, wingwalls, and safety end treatments 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 02 41 13 — Selective Site Demolition 14 4. Section 03 30 00 — Cast -In -Place Concrete 15 5. Section 3137 00 — Riprap 16 6. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 41 10 — Reinforced Concrete Storm Sewer Pipe/Culverts 18 D. Standard Details 19 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 20 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 21 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Concrete Headwall 25 a. Measurement 26 1) Measurement for this Item shall be per each "Headwall" satisfactorily 27 completed as specified on the Drawings. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each "Headwall" installed for: 31 a) Various pipe sizes 32 b) Various types 33 c) Various number of pipes 34 c. The price bid shall include: 35 1) Constructing, furnishing, transporting and installing the Concrete Headwall 36 2) Connecting to the existing structure 37 3) Breaking back, removing and disposing of portions of the existing structure 38 4) Replacing portions of the existing structure to make connections 39 5) Excavation 40 6) Hauling CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 334940-2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 1 7) Disposal of excess material 2 8) Furnishing, placing and compaction of backfill 3 9) Concrete, as required by Drawings 4 10) Reinforcing Steel, if required by Drawings 5 11) Corrugated metal pipe, if required by Drawings 6 12) Reinforced concrete pipe, if required by Drawings 7 13) Clean-up 8 2. Safety End Treatment 9 a. Measurement 10 1) Measurement for this Item shall be per each "SET" satisfactorily completed 11 as specified on the Drawings. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 will be paid for at the unit price bid per each "SET" installed for: 15 a) Various types 16 b) Various pipe sizes 17 c) Various number of pipes 18 c. The price bid shall include: 19 1) Constructing, furnishing, transporting and installing the Concrete Headwall 20 2) Connecting to the existing structure 21 3) Breaking back, removing and disposing of portions of the existing structure 22 4) Replacing portions of the existing structure to make connections 23 5) Excavation 24 6) Hauling 25 7) Disposal of excess materials 26 8) Furnishing, placing and compaction of backfill 27 9) Concrete, as required by Drawings 28 10) Reinforcing Steel, if required by Drawings 29 11) Corrugated metal pipe, if required by Drawings 30 12) Reinforced concrete pipe, if required by Drawings 31 13) Clean-up 32 1.3 REFERENCES 33 A. Definitions 34 1. Headwalls - all walls, including wings, at the ends of single -barrel and multiple- 35 barrel pipe culvert structures 36 2. Wingwalls - all walls at the ends of single -barrel or multiple -barrel box culvert 37 structures 38 B. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS 44 1. Refer to Section 03 30 00. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 334940-3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 1 1.6 ACTION SUBMITTALS/INFORMATION 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 6 A. Delivery and Acceptance Requirements 7 1. Marking 8 a. Before shipment from the casting or fabrication yard, clearly mark the 9 following on each precast unit: 10 1) Date of manufacture 11 2) Name or trademark of the manufacturer 12 3) Type and size designation 13 2. Causes for Rejection 14 a. Precast units may be rejected for not meeting any one of the Specification 15 requirements. 16 b. Individual units may also be rejected for fractures or cracks passing through the 17 wall or surface defects indicating honeycombed or open texture surfaces. 18 c. Remove rejected units from the project, and replace them with acceptable units 19 meeting the requirements of this Section. 20 B. Storage and Handling Requirements 21 1. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 2. Store precast units on a level surface. 24 3. Do not place any loads on precast concrete units until design strength is reached. 25 4. Do not ship units until design strength requirements have been met. 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 30 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 31 A. Materials 32 1. Concrete 33 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 34 2. Reinforcing Steel 35 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 36 B. Fabrication 37 1. Fabricate cast -in -place concrete units and precast units in accordance with 38 Section 03 30 00. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 334940-4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 1 1) Safety End Treatment will be precast for 30-inch and smaller diameters and 2 cast in place for greater than 30-inch diameters. 3 2. Fabrication Tolerances 4 a. Lifting Holes 5 1) For precast units, provide no more than 4 lifting holes in each section. 6 2) Lifting holes may be cast, cut into fresh concrete after form removal or 7 drilled. 8 3) Provide lifting holes large enough for adequate lifting devices based on the 9 size and weight of the section. 10 a) The maximum hole diameter is 3 inches at the inside surface of the wall 11 and 4 inches at the outside surface. 12 b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per 13 layer of reinforcing steel when locating lift holes. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION 20 A. Removal 21 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 22 2. Drill, dowel and grout in accordance with Section 03 30 00. 23 3.4 INSTALLATION 24 A. Interface with Other Work 25 1. Make connections to new or existing structures in accordance with the details 26 shown on the Drawings. 27 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the 28 Drawings. 29 B. Excavation, Shaping, Bedding and Backfill 30 a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. 31 b. Take special precautions in placing and compacting the backfill to avoid any 32 movement or damage to the units. 33 c. Bed precast units on foundations of firm and stable material accurately shaped 34 to conform to the bases of the units. 35 C. Placement of Precast Units 36 a. Provide adequate means to lift and place the precast units. 37 1) Utilize sufficient number of lifting holes to ensure that the units are not 38 damaged during lifting. 39 b. Fill lifting holes with mortar or concrete and cure. 40 1) Precast concrete or mortar plugs may be used. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 334940-5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 1 3.5 REPAIR 2 A. Occasional imperfections in manufacture or accidental damage sustained during 3 handling may be repaired. 4 1. The repaired units will be acceptable if they conform to the requirements of this 5 Section and the repairs are sound, properly finished and cured in conformance with 6 pertinent Specifications. 7 B. Repair spalled areas around lifting holes. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised July 1, 2011 34 41 20 - 1 ROADWAY ILLUMINATION ASSEMBLIES Page 1 of 12 1 SECTION 34 4120 2 ROADWAY ILLUMINATION ASSEMBLIES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Roadway illumination assemblies 7 2. Roadway illumination foundations 8 3. Removal of roadway illumination assemblies 9 4. Relocation of roadway illumination assemblies 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 03 30 00 — Cast -in -Place Concrete 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 34 41 10 —Traffic Signals 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Roadway Illumination Assemblies 22 a. Measurement 23 1) Measurement for this Item shall be per each Roadway Illumination 24 Assembly installed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Rdwy Illum Assmbly" 28 installed for: 29 a) Various types 30 c. The price bid shall include: 31 1) Furnishing Roadway Illumination Assembly, if required 32 2) Assembling and installing each Roadway Illumination Assembly 33 3) Poles 34 4) Arms 35 5) Anchor bolts 36 6) Fixtures 37 7) Internal electrical conductors 38 8) Connection and mounting hardware 39 9) Bases 40 10) Lamps CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 34 41 20 - 2 ROADWAY ILLUMINATION ASSEMBLIES Page 2 of 12 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 344120-3 ROADWAY ILLUMINATION ASSEMBLIES Page 3 of 12 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Lighting Fixture" installed for: (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway Illumination Foundations a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Foundation installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Reinforcing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) Coordination and notification 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing 5. Contact Enclosure a. Measurement 1) Measurement for this Item shall be per each Contact Enclosure installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Contact Enclosure" installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Furnishing and Installing Wood Light Pole a. Measurement 1) Measurement for this Item shall be per each 40' Wood Light Pole furnished and installed. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 34 41 20 - 4 ROADWAY ILLUMINATION ASSEMBLIES Page 4 of 12 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 40' Wood Light Pole". c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40' Wood Light Pole 3) Furnishing, placement and compaction of backfill 4) Clean-up 7. Furnishing and Installing Wood Light Pole Arm a. Measurement 1) Measurement for this Item shall be per each 8' Wood Light Pole Arm furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 8' Wood Light Pole Arm". c. The price bid shall include: 1) Furnishing and installing each 8' Wood Light Pole Arm 2) Clean-up 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Alum Elec Conductor" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Reconnect Conductor". c. The price bid shall include: 1) Reconnection of conductors using City approved method 2) Testing of connection 10. Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Salvage Street Light Pole" performed. c. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 344120-5 ROADWAY ILLUMINATION ASSEMBLIES Page 5 of 12 1 1) Removal and salvage of Street Light Pole 2 2) Maintain existing street light circuit including new ground box and 3 reconnection of circuits (if required by City) 4 3) Removal of existing street light pole foundation 2' below grade, back fill 5 with like surrounding material 6 4) Delivery of salvaged materials to appropriate location 7 5) Clean-up 8 11. Street Light Pole Relocation 9 a. Measurement 10 1) Measurement for this Item shall be per each Street Light Pole removed and 11 salvaged. 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 "Relocate Street Light Pole" 15 performed. 16 c. The price bid shall include: 17 1) Removal and salvage of Street Light Pole 18 2) Delivery of salvaged materials to appropriate location 19 3) Replacement of pole to new location 20 4) Furnishing, placement and compaction of backfill material 21 5) Clean-up 22 1.3 REFERENCES 23 A. 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. National Electric Code (NEC) 28 3. Texas State Law, Article 1426C 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Coordination 31 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the 32 Proj ect. 33 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 34 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and 35 anchor bolts, and any questions about installing the foundations and conduit. 36 4. For location of City underground street luminaire cable and conduit call (817) 392- 37 7738 or (817) 392-8100. 38 5. Obtain and pay for all permits as required to Work in parkway. 39 B. Preinstallation Meetings 40 1. Attend pre -construction meeting. 41 1.5 SUBMITTALS 42 A. Shop Drawings will be required for each Illumination Assembly and shall include: 43 1. Material Data CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 344120-6 ROADWAY ILLUMINATION ASSEMBLIES Page 6 of 12 1 2. Pole dimensions and data 2 3. Luminaire arm dimensions and data 3 4. Attachment details 4 5. Fixtures 5 6. Base details 6 7. Anchor bolt data 7 8. Wall thickness 8 9. Permissible loading and allowable stress 9 B. Product Data submittals shall be in accordance with Section 0133 00. 10 C. All submittals shall be approved by the Engineer or the City prior to delivery and/or 11 fabrication for specials. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Product Data Sheets 14 1. Submit product data sheets for roadway illumination assemblies to City for 15 approval prior to ordering materials. 16 1.7 CLOSEOUT SUBMITTALS 17 A. Warranty Documentation 18 1. Provide manufacturer warranty information to the City. 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING 22 A. Storage and Handling Requirements 23 1. Parts shall be properly protected so that no damage or deterioration occurs during a 24 prolonged delay from the time of shipment until installation. 25 2. Exposed anchor bolts shall be protected until pole shaft is installed. 26 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and 27 extremes in temperature. 28 4. The Contractor shall secure and maintain a location to store the material in 29 accordance with Section 01 50 00. 30 B. Delivery and Acceptance 31 1. Contactor and Inspector shall visually inspect roadway illumination assemblies 32 after removal to determine the condition of the hardware. 33 2. Contractor shall protect all salvable material during transport to City specified 34 storage facility. 35 3. Delivered material must be in the same condition after removal, as agreed upon by 36 Contractor and Inspector after removal. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 344120-7 ROADWAY ILLUMINATION ASSEMBLIES Page 7 of 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY 3 A. Manufacturer Warranty 4 1. Manufacturer's warranty shall be in accordance with Division 1. 5 PART 2 - PRODUCTS 6 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 7 A. Refer to Drawings and Contract Documents to determine if any Items are to be 8 purchased from the City and installed by the Contractor. 9 B. Items eligible for purchase from the City include: 10 1. Roadway Illumination poles 11 2. Contactors 12 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS 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 A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements a. All Work related to the installation of roadway illumination assemblies shall be in compliance with the National Electric Code (NEC). 2. Roadway Illumination Assemblies a. Poles, arms, light fixtures and lamps shall conform to City Standard Details. b. Ornamental Assemblies 1) Refer to Drawings for ornamental pole specifications. c. Lighting Fixtures 1) Refer to Drawings for lighting fixture specifications. d. Foundations 1) Concrete shall conform to Section 03 30 00. e. Wood Light Poles 1) Wood Poles for electrical service shall be ANSI Class 5 treated timber. a) For other applications, Class 2 treated timber is allowed. 2) All treated wood poles shall be free from pith holes. a) Trimmed scars are allowable up to a depth of 2-inches in poles up to 10 inches in diameter. b) Scars 115 of the pole diameter at the scar location will be allowable for wood poles larger than 10-inches. 3) Wood poles shall not deviate from straight more than 1 inch in 10 feet of length. a) Only a single sweep shall be permitted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 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 344120-8 ROADWAY ILLUMINATION ASSEMBLIES Page 8 of 12 b) A straight line adjoining the midpoint of the pole at the butt with the midpoint of the pole at the top shall not at any intermediate pass through the external surface of the pole. c) Only a single twist of spiral grain will be permitted. 4) Butt slivering due to felling shall be permitted if the distance from the outside circumference is not less than 1/4 inch and the height is not more than 1 foot. 5) Timber shall be treated for preservation in accordance with AWPA C4 pressure treatment methods. a) The poles shall have the minimum net retention of preservative treatment shown in the following table: Minimum Retention Treatment (pounds per cubic foot) Creosote 9.0 Pentachlorophenol 0.45 ACA/CCA 0.6 6) Pole Markings 7) All markings shall be in accordance with the following table: a) The bottom brand shall be placed squarely on the face of each pole 10 feet from the butt. Marking Description of Marking PTC Supplier's code or trademark (ie. Pole Treating Company) F-01 Plant location and year of treatment (ie. Forestville, 2001) SPC Species and preservative code (ie. southern pine, creosote) 5-35 Class -length (ie. Class 5, 35-foot pole) 8) A treatment certification will be required with each shipment of treated timber poles including: a) Name of treatment company b) Location of treatment plant c) Applicable product standard (AWPA C4) d) Charge number e) Date of treatment f) Contents of charges (poles) g) Preservative treatment h) Measured preservative retention values £ Wood Light Pole Arms 1) Refer to City Standard Detail Drawings for light pole arm specifications. g. Aluminum Electrical Conductors 1) Refer to Drawings for conductor sizes 2) Use stranded insulated conductors that are rated for 600 volts 3) Approved for wet locations 4) Marked in accordance with UL, NEC, and CSA requirements 3. Roadway illumination pole foundations a. Foundations shall be Class C (3000 PSI) concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 344120-9 ROADWAY ILLUMINATION ASSEMBLIES Page 9 of 12 1 1) Refer to Section 03 30 00. 2 b. Foundation shall be 24 or 30 inches in diameter unless shown otherwise in the 3 Drawings. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL 6 A. Tests and Inspections 7 1. Notify the Traffic Services Division Inspector 24 hours in advance (between 8:00 8 am and 5:00 pm) of all concrete pours at (817) 392-7738. 9 a. Inspector must be present when concrete is placed on the Project Site. 10 PART 3 - EXECUTION 11 3.1 EXAMINATION 12 13 14 15 16 17 18 19 20 21 22 23 24 A. Verification of Conditions 1. Contractor shall verify by exploratory excavation, if needed, that existing underground utilities are not in conflict with proposed foundations. a. All exploratory excavation shall conform to Section 33 05 30. 2. Contractor shall contact the following entities at least 48 hours in advance of excavation: a. DIG TESS b. City of Fort Worth Water Department c. City of Fort Worth T/PW Department 3. No additional payment will be made for relocation of any foundations or conduit due to location of existing utilities. 4. The Engineer may shift an assembly's location, if necessary, to avoid conflict with utilities. 25 3.2 PREPARATION 26 27 28 29 30 31 32 33 34 35 36 37 A. Protection of In -Place Conditions 1. Contractor shall be responsible for the following at no additional cost to the City: a. Prevent any property damage to property owner's poles, fences, shrubs, mailboxes, etc. Any damaged property will be restored as directed by Engineer. b. Adjust and repair any existing landscaping and the sprinkler systems as directed by the Engineer to allow for the placement of all roadway illumination equipment. This shall be done in a manner equal to or better than the areas adjacent to the damaged areas. c. Provide access to all driveways during construction, unless authorized by the inspector. d. Protect all underground and overhead utilities and repair any damages. 38 3.3 INSTALLATION 39 A. Foundations CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLING TON M UL TIFAMIL Y CPN.• 104924 34 41 20 - 10 ROADWAY ILLUMINATION ASSEMBLIES Page 10 of 12 1 1. Dimensions shown on Drawings for locations of street light foundations, conduit 2 and other items may be varied to meet local conditions; subject to approval of 3 Engineer. 4 2. Foundation piers shall be drilled plumb. 5 3. The top of foundation shall be poured level. 6 4. The top 3 inches of the exposed pier (height) above finished grade shall have the 7 sonotube removed. 8 5. Anchor bolts shall extend above the top of the foundation concrete as shown on 9 Anchor Bolt Detail. 10 6. Anchor bolts, ground rod, reinforcing, and conduit shall be in place before pouring 11 concrete in pier foundations. 12 7. Pier foundations shall have 1 continuous concrete pour. 13 8. Foundations shall have a chamfered edge (beveled) at the top. 14 9. Top of foundation shall be 3 inches above the finished grade unless shown different 15 on Drawings. 16 10. Foundations in medians shall be placed in the center of the median between the 2 17 curbs. 18 11. Foundations shall not be drilled within 3 feet of a water line or fire hydrant. 19 12. In residential areas foundations shall be placed in the street right of way (R.O.W.) 20 in line with the property line between lots and at the break of the radius point of the 21 street curb at street intersections. 22 13. Foundations shall not be placed in sidewalks (or location of future sidewalks) or 23 sidewalk ramps. 24 14. No street light poles shall be placed on foundations prior to 7 days following 25 pouring of concrete. 26 B. Roadway Illumination Assemblies 27 1. Roadway Illumination Assemblies 28 a. Use established industry and utility safety practices when installing poles 29 located near overhead or underground utilities. Consult with the appropriate 30 utility company before beginning work. 31 b. Prevent scarring or marring of poles, mast arm, and fixtures. 32 c. Stake, install, and align each assembly as shown on the plans. 33 d. Do not use screw -in type foundations. 34 e. Install anchor bolts and coat anchor bolt threads. 35 f. Erect structures after foundation has attained its design strength as required in 36 Section 03 30 00. 37 g. Tighten anchor bolts for poles with shoe bases. 38 h. Do not place grout between base plate and foundation. 39 i. Test installed roadway illumination assembly with City inspector present. 40 2. Wood Light Pole 41 a. All light pole installations should be coordinated with all appropriate utility 42 companies prior to Work beginning. 43 b. Drill holes for setting poles shall be a minimum of 1.5 diameters of the pole 44 butt. 45 c. Poles shall be set plumb, unless otherwise specified on the Drawings. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 34 41 20 - 11 ROADWAY ILLUMINATION ASSEMBLIES Page 11 of 12 1 d. Unless otherwise shown in Drawings, poles should be set to the minimum 2 depths shown in the following table: Pole Length Minimum Setting Depth (feet) (feet) < 25 4.5 26-30 5.0 31-35 5.5 36-40 6.0 41-45 6.5 46-50 7.0 3 e. Backfill the hole around the pole thoroughly by tamping 6-inch lifts of backfill 4 material until reaching natural grade. 5 1) Once grade is met, apply a last 6-inch lift in a cone shape around the pole to 6 allow for settling. 7 2) Backfill in accordance to Section 33 05 10. 8 f. Repair and clean-up surrounding area to a condition that is equal to or better 9 than its condition prior to installation. 10 3.4 REPAIR / RESTORATION [NOT USED] 11 3.5 RELOCATION AND REMOVAL 12 A. Relocation 13 1. Disconnect and remove conductors from abandoned circuits. 14 2. Remove abandoned circuit or ducts to a point 6 inches below final grade. 15 3. Reconnect conduit, ducts, conductors to be reused. 16 4. Replace damaged conduit, ducts, and conductors. 17 5. Do not use screw -in type foundations. 18 6. Install existing structures on new foundations. 19 7. Do not place grout between base plate and foundation. 20 8. Furnish and install new internal conductors, fused and unfused connectors, and 21 fixtures. 22 9. Test installed roadway illumination assembly with City inspector present 23 10. Accept ownership of unsalvageable materials and dispose of in accordance with 24 federal, state, and local regulations. 25 B. Removal 26 1. Remove roadway illumination assembly components in accordance with 27 established industry and utility safety practices. 28 2. Remove transformer bases from transformer base poles. 29 3. Remove luminaires and mast arms from the pole shaft. 30 4. Stockpile pole shafts, mast arms, and assembly hardware at a location designated 31 by the City. 32 5. Pole shafts, mast arms, and assembly hardware will remain City property unless 33 otherwise shown on the plans or directed. 34 6. Disconnect and remove conductors from abandoned circuits. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised December 20, 2012 34 41 20 - 12 ROADWAY ILLUMINATION ASSEMBLIES Page 12 of 12 1 7. Remove abandoned conduit and ducts to a point 6 inches below final grade. 2 8. Destroy existing transformer bases to prevent reuse. 3 9. Remove abandoned concrete foundations to a point 2 ft. below final grade. 4 10. Backfill the hole with material that is equal in composition and density to the 5 surrounding area. 6 11. Replace surfacing material with similar material to an equivalent condition. 7 12. Accept ownership of unsalvageable materials and dispose of in accordance with 8 federal, state, and local regulations. 9 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.7 SYSTEM STARTUP [NOT USED] 11 3.8 ADJUSTING [NOT USED] 12 3.9 CLEANING 13 A. Contractor shall clean up and remove all loose material resulting from construction 14 operations. 15 3.10 CLOSEOUT ACTIVITIES [NOT USED] 16 3.11 PROTECTION [NOT USED] 17 3.12 MAINTENANCE [NOT USED] 18 3.13 ATTACHMENTS [NOT USED] 19 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WELLINGTON MULTIFAMILY CPN.• 104924 34 41 20.01 - 1 ARTERIAL LED ROADWAY LUMINAIRES Page 1 of 22 SECTION 34 41 20.01 ARTERIAL LED ROADWAY LUMINAIRES PART1- 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.01 - 2 ARTERIAL LED ROADWAY LUMINAIRES Page 2 of 22 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 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: CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.01 - 3 ARTERIAL LED ROADWAY LUMINAIRES Page 3 of 22 (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 "Fumish/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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.01 - 4 ARTERIAL LED ROADWAY LUMINAIRES Page 4 of 22 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.01 - 5 ARTERIAL LED ROADWAY LUMINAIRES Page 5 of 22 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. B 117-09 (or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus 2. D 1654-08 (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, loth Edition CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.01 - 6 ARTERIAL LED ROADWAY LUMINAIRES Page 6 of 22 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 ANSUIESNA 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.01 - 7 ARTERIAL LED ROADWAY LUMINAIRES Page 7 of 22 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 2.1-13 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.htrnl. 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 8 ARTERIAL LED ROADWAY LUMINAIRES Page 8 of 22 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 9 ARTERIAL LED ROADWAY LUMINAIRES Page 9 of 22 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 0150 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 C 136.25. 5. Nominal luminaire input wattage shall account for nominal applied voltage and any reduction in driver efficiency due to sub -optimal driver loading. 6. Luminaires shall start and operate in -20°C to +50°C ambient. 7. Electrically test fully assembled luminaires before shipment from factory 8. Effective Projected Area (EPA) and weight of the luminaire shall not exceed the values indicated in Appendix A. 9. Luminaires shall be designed for ease of component replacement and end -of -life disassembly. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 10 ARTERIAL LED ROADWAY LUMINAIRES Page 10 of 22 10. Luminaires shall be rated for the ANSI C136.31 Vibration Level indicated in Appendix A. 11. LED light source(s) and driver(s) shall be RoHS compliant. 12. Transmissive optical components shall be applied in accordance with OEM design guidelines to ensure suitability for the thermal/mechanical/chemical environment. 13. Luminaires shall have 4 bolts for mounting to 1-1/4" to 2-3/8" Tenon arm for leveling and securing of luminaire to tenon arm. 2-Bolt connections shall not be permitted. 14. Luminaires shall come standard with 7-pin photocontrol dimming receptacle meeting ANSI C136.41 requirements. B. Driver 1. Rated for minimum of 50,000 hours. 2. Shall be specified with 0-1 OV dimmable driver to accept input from 7-pin photocell receptacle. 3. Rated case temperature shall be suitable for operation in the luminaire operating in the ambient temperatures indicated in section 2.1-A above. 4. Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall operate normally for input voltage fluctuations of plus or minus 10 percent. 5. Shall have a minimum Power Factor (PF) of 0.90 at full input power and across specified voltage range. 6. Control signal interface a. Luminaire types indicated "Required" in Appendix A shall accept a control signal as specified via separate controls specification referenced in section 1.2 above, e.g., for dimming. b. Luminaire types indicated "Not Required" in Appendix A need not accept a control signal. C. Electrical immunity 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 D 1654 after 1000hrs of testing per ASTM B 117. 2. The coating shall exhibit no greater than 30% reduction of gloss per ASTM D523, after 500 hours of QUV testing at ASTM G154 Cycle 6. G. Thermal management 1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate hose - down cleaning and discourage debris accumulation. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 11 ARTERIAL LED ROADWAY LUMINAIRES Page 11 of 22 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 Allowable LM-79 Chromaticity Values Nominal CCT (K) I Measured CCT (K) I 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 12 ARTERIAL LED ROADWAY LUMINAIRES Page 12 of 22 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 6/15/2015 F. Griffin CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 SUMMARY OF CHANGE Revise to LED type luminaires WELLING TON M UL TIFAMIL Y CPN.• 104924 34 41 20.01 - 13 ARTERIAL LED ROADWAY LUMINAIRES Page 13 of 22 APPENDIX A APPLICATION -BASED SYSTEM SPECIFICATION LUMINAIRE TYPE "A" — ARTERIAL TYPICAL SITE PARAMETERS ROADWAY DATA: Lane width 12 ft Number of lanes, total on both sides of median I 6 Shoulder width, drivelane to edge of pavement I 5 ft Median width loft IES pavement class. ❑ R1 ❑ R2 0 R3 ❑ R4 Posted speed limit I ❑ <_ 25 mph 0> 25 mph SIDEWALK DATA: Sidewalk width 6 ft Edge of sidewalk to edge of roadway pavement 4 ft LIGHT POLE DATA: Luminaire mounting height 40 ft Arm length, horizontal 9 ft Luminaires per pole 2 Pole set -back from edge of pavement 5 ft In -line pole spacing (one pole cycle) 200 ft Layout ❑One side ❑ Opposite ❑ Staggered R1 Median PERFORMANCE CRITERIA: APPLICATION ROADWAY PHOTOPIC Maintained average horizontal at pavement 0.9 FC ILLUMINANCE: Avg:min uniformity ratio 3:1 PHOTOPIC Maintained average luminance n/a LUMINANCE: Avg:min uniformity ratio n/a Max:min uniformity ratio n/a SIDEWALKS PHOTOPIC Maintained average horizontal at pavement 0.2 FC ILLUMINANCE: Avg:min uniformity ratio (horizontal) n/a Maintained min. vertical ilium. at 4.9 ft, in directions of travel 0.1 FC PERFORMANCE CRITERIA: LED LUMINAIRE INPUT POWER: Max. nominal luminaire input power 150W NOMINAL CCT: Rated correlated color temperature 3000 K CUTOFF CLASS: Max. nominal backlight-uplight-glare ratings FULL CUTOFF VOLTAGE: Nominal luminaire input voltage 120-277V FINISH: Luminaire housing finish color Gray WEIGHT: Maximum luminaire weight 30 lb EPA: Maximum effective projected area 0.9 ft' MOUNTING: Mtg. method I ❑ Post -top ❑ Side -arm ❑ Trunnion/yoke ❑ Swivel -tenon 1-1/4 inches Tenon nominal pipe size (NPS) And 2-3/8 inches VIBRATION: ANSI test level ❑ Level 1 (normal) ❑ Level 2 (bridge/overpass) CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 14 ARTERIAL LED ROADWAY LUMINAIRES Page 14 of 22 DRIVER: Wireless control p 350mA 0 530mA Q 700mA compatible 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 15 ARTERIAL LED ROADWAY LUMINAIRES Page 15 of 22 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. CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 16 ARTERIAL LED ROADWAY LUMINAIRES Page 16 of 22 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 CA 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 I Intensity distribution I CCT I Drive current I # of LEDs CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 17 ARTERIAL LED ROADWAY LUMINAIRES Page 17 of 22 (I ES Type) (K) (mA) 1, 2, 3 4,5 6,7 8, 9, 10 II, III, IV IV IV IV 4000 I 5000, 6000 4000 4000 700 700 325,525 I 700 80 80 80 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 CCT Drive current # of LEDs Multiplier (I ES Type) (K) (mA) (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 I 80 #7 / #3 9 IV 4000 700 I 40 I #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. CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 18 ARTERIAL LED ROADWAY LUMINAIRES APPENDIX D ELECTRICAL IMMUNITY Test Procedure Page 18 of 22 • 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 19 ARTERIAL LED ROADWAY LUMINAIRES Page 19 of 22 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 Q 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 20 ARTERIAL LED ROADWAY LUMINAIRES Page 20 of 22 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 2Q 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 21 ARTERIAL LED ROADWAY LUMINAIRES Page 21 of 22 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.01 - 22 ARTERIAL LED ROADWAY LUMINAIRES APPENDIX E PRODUCT SUBMITTAL FORM Luminaire Type' Manufacturer Model number Housing finish color Tenon nominal pipe size (inches) Nominal luminaire weight (lb) Nominal luminaire EPA (ft') Nominal input voltage (V) ANSI vibration test level Nominal BUG Ratings Make/model of LED light source(s) Make/model of LED driver(s) Dimmability Control signal interface Upon electrical immunity system failure Thermal management Lumen maintenance testing duration (hr) Reported lumen maintenance life (hr) z Warranty period (yr) Parameter Initial photopic output (Im) Maintained photopic output (Im) 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 Level 1 (Normal) Dimmable Possible disconnect Moving parts Nominal value Page 22 of 22 Level 2 (bridge/overpass) Not dimmable No possible disconnect No moving parts Tolerance (% ' See Appendix A, and attach supporting documentation as required. 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. CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 1 FREEWAY LED ROADWAY LUMINAIRES Page 1 of 22 SECTION 34 41 20.02 FREEWAY LED ROADWAY LUMINAIRES PART1- 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 344120.02-2 FREEWAY LED ROADWAY LUMINAIRES Page 2 of 22 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 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: CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 344120.02-3 FREEWAY LED ROADWAY LUMINAIRES Page 3 of 22 (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 "Fumish/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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.02 - 4 FREEWAY LED ROADWAY LUMINAIRES Page 4 of 22 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 344120.02-5 FREEWAY LED ROADWAY LUMINAIRES Page 5 of 22 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. B 117-09 (or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus 2. D 1654-08 (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, loth Edition CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 344120.02-6 FREEWAY LED ROADWAY LUMINAIRES Page 6 of 22 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 ANSUIESNA 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 344120.02-7 FREEWAY LED ROADWAY LUMINAIRES Page 7 of 22 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 2.1-13 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.htrnl. 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 344120.02-8 FREEWAY LED ROADWAY LUMINAIRES Page 8 of 22 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 344120.02-9 FREEWAY LED ROADWAY LUMINAIRES Page 9 of 22 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 0150 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 C 136.25. 5. Nominal luminaire input wattage shall account for nominal applied voltage and any reduction in driver efficiency due to sub -optimal driver loading. 6. Luminaires shall start and operate in -20°C to +50°C ambient. 7. Electrically test fully assembled luminaires before shipment from factory 8. Effective Projected Area (EPA) and weight of the luminaire shall not exceed the values indicated in Appendix A. 9. Luminaires shall be designed for ease of component replacement and end -of -life disassembly. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 10 FREEWAY LED ROADWAY LUMINAIRES Page 10 of 22 10. Luminaires shall be rated for the ANSI C136.31 Vibration Level indicated in Appendix A. 11. LED light source(s) and driver(s) shall be RoHS compliant. 12. Transmissive optical components shall be applied in accordance with OEM design guidelines to ensure suitability for the thermal/mechanical/chemical environment. 13. Luminaires shall have 4 bolts for mounting to 1-1/4" to 2-3/8" Tenon arm for leveling and securing of luminaire to tenon arm. 2-Bolt connections shall not be permitted. 14. Luminaires shall come standard with 7-pin photocontrol dimming receptacle meeting ANSI C136.41 requirements. B. Driver 1. Rated for minimum of 50,000 hours. 2. Shall be 0-1 OV dimmable driver able to accept input through 7-pin photocontrol receptacle. 3. Rated case temperature shall be suitable for operation in the luminaire operating in the ambient temperatures indicated in section 2.1-A above. 4. Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall operate normally for input voltage fluctuations of plus or minus 10 percent. 5. Shall have a minimum Power Factor (PF) of 0.90 at full input power and across specified voltage range. 6. Control signal interface a. Luminaire types indicated "Required" in Appendix A shall accept a control signal as specified via separate controls specification referenced in section 1.2 above, e.g., for dimming. b. Luminaire types indicated "Not Required" in Appendix A need not accept a control signal. C. Electrical immunity 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 D 1654 after 1000hrs of testing per ASTM B 117. 2. The coating shall exhibit no greater than 30% reduction of gloss per ASTM D523, after 500 hours of QUV testing at ASTM G154 Cycle 6. G. Thermal management 1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate hose - down cleaning and discourage debris accumulation. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 11 FREEWAY LED ROADWAY LUMINAIRES Page 11 of 22 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 Allowable LM-79 Chromaticity Values Nominal CCT (K) I Measured CCT (K) I 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 12 FREEWAY LED ROADWAY LUMINAIRES Page 12 of 22 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 6/15/2015 F. Griffin CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 SUMMARY OF CHANGE Revise to LED type luminaires WELLINGTON MULTIFAMILY CPN.• 104924 34 41 20.02 - 13 FREEWAY LED ROADWAY LUMINAIRES Page 13 of 22 APPENDIX A APPLICATION -BASED SYSTEM SPECIFICATION LUMINAIRE TYPE "A" — FREEWAY TYPICAL SITE PARAMETERS ROADWAY DATA: Lane width 15 ft Number of lanes, total on both sides of median I 4 Shoulder width, drivelane to edge of pavement I 12 ft Median width 2 ft IES pavement class. ❑ R1 ❑ R2 0 R3 ❑ R4 Posted speed limit I ❑ <_ 25 mph 0> 25 mph SIDEWALK DATA: Sidewalk width N/A Edge of sidewalk to edge of roadway pavement N/A LIGHT POLE DATA: Luminaire mounting height 50 ft Arm length, horizontal 9 ft Luminaires per pole 2 Pole set -back from edge of pavement 1 ft In -line pole spacing (one pole cycle) 280 ft Layout ❑One side ❑ Opposite ❑ Staggered R1 Median PERFORMANCE CRITERIA: APPLICATION ROADWAY PHOTOPIC Maintained average horizontal at pavement 0.9 FC ILLUMINANCE: Avg:min uniformity ratio 3:1 PHOTOPIC Maintained average luminance n/a LUMINANCE: Avg:min uniformity ratio n/a Max:min uniformity ratio n/a SIDEWALKS PHOTOPIC Maintained average horizontal at pavement N/A ILLUMINANCE: Avg:min uniformity ratio (horizontal) N/A Maintained min. vertical ilium. at 4.9 ft, in directions of travel N/A PERFORMANCE CRITERIA: LED LUMINAIRE INPUT POWER: Max. nominal luminaire input power 20OW NOMINAL CCT: Rated correlated color temperature 3000 K CUTOFF CLASS: Max. nominal backlight-uplight-glare ratings FULL CUTOFF VOLTAGE: Nominal luminaire input voltage 120, 240, 480V FINISH: Luminaire housing finish color Gray WEIGHT: Maximum luminaire weight 30 Ib EPA: Maximum effective projected area 0.9 ft' MOUNTING: Mtg. method I ❑ 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 14 FREEWAY LED ROADWAY LUMINAIRES Page 14 of 22 DRIVER: I Wireless Control I 0 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 15 FREEWAY LED ROADWAY LUMINAIRES Page 15 of 22 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. CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 16 FREEWAY LED ROADWAY LUMINAIRES Page 16 of 22 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 CA 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 I Intensity distribution I CCT I Drive current I # of LEDs CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 17 FREEWAY LED ROADWAY LUMINAIRES Page 17 of 22 (I ES Type) (K) (mA) 1, 2, 3 4,5 6,7 8, 9, 10 II, III, IV IV IV IV 4000 I 5000, 6000 4000 4000 700 700 325,525 I 700 80 80 80 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 CCT Drive current # of LEDs Multiplier (I ES Type) (K) (mA) (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 I 80 #7 / #3 9 IV 4000 700 I 40 I #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. CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 18 FREEWAY LED ROADWAY LUMINAIRES APPENDIX D ELECTRICAL IMMUNITY Test Procedure Page 18 of 22 • 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 19 FREEWAY LED ROADWAY LUMINAIRES Page 19 of 22 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 Q 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 20 FREEWAY LED ROADWAY LUMINAIRES Page 20 of 22 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 2Q 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 344120.02-21 FREEWAY LED ROADWAY LUMINAIRES Page 21 of 22 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.02 - 22 FREEWAY LED ROADWAY LUMINAIRES APPENDIX E PRODUCT SUBMITTAL FORM Luminaire Type' Manufacturer Model number Housing finish color Tenon nominal pipe size (inches) Nominal luminaire weight (lb) Nominal luminaire EPA (ft') Nominal input voltage (V) ANSI vibration test level Nominal BUG Ratings Make/model of LED light source(s) Make/model of LED driver(s) Dimmability Control signal interface Upon electrical immunity system failure Thermal management Lumen maintenance testing duration (hr) Reported lumen maintenance life (hr) z Warranty period (yr) Parameter Initial photopic output (Im) Maintained photopic output (Im) 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 Level 1 (Normal) Dimmable Possible disconnect Moving parts Nominal value Page 22 of 22 Level 2 (bridge/overpass) Not dimmable No possible disconnect No moving parts Tolerance (% ' See Appendix A, and attach supporting documentation as required. 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. CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 1 RESIDENTIAL LED ROADWAY LUMINAIRES Pagel of 22 SECTION 34 41 20.03 RESIDENTIAL LED ROADWAY LUMINAIRES PART1- 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.03 - 2 RESIDENTIAL LED ROADWAY LUMINAIRES Page 2 of 22 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 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: CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.03 - 3 RESIDENTIAL LED ROADWAY LUMINAIRES Page 3 of 22 (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 "Fumish/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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.03 - 4 RESIDENTIAL LED ROADWAY LUMINAIRES Page 4 of 22 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.03 - 5 RESIDENTIAL LED ROADWAY LUMINAIRES Page 5 of 22 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. B 117-09 (or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus 2. D 1654-08 (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, loth Edition CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.03 - 6 RESIDENTIAL LED ROADWAY LUMINAIRES Page 6 of 22 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 ANSUIESNA 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised June 15, 2015 34 41 20.03 - 7 RESIDENTIAL LED ROADWAY LUMINAIRES Page 7 of 22 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 2.1-13 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 8 RESIDENTIAL LED ROADWAY LUMINAIRES Page 8 of 22 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 9 RESIDENTIAL LED ROADWAY LUMINAIRES Page 9 of 22 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 0150 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 C 136.25. 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 -200C 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 10 RESIDENTIAL LED ROADWAY LUMINAIRES Page 10 of 22 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 0-1OV 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 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 D 1654 after 1000hrs of testing per ASTM B 117. 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 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 11 RESIDENTIAL LED ROADWAY LUMINAIRES Page 11 of 22 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 Allowable LM-79 Chromaticity Values Nominal CCT (K) I Measured CCT (K) I 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. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 12 RESIDENTIAL LED ROADWAY LUMINAIRES Page 12 of 22 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 6/15/2015 F. Griffin CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 SUMMARY OF CHANGE Revise to LED type luminaires WELLINGTON MULTIFAMILY CPN.• 104924 34 41 20.03 - 13 RESIDENTIAL LED ROADWAY LUMINAIRES Page 13 of 22 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 0 R3 ❑ R4 Posted speed limit I ❑ <_ 25 mph 0> 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 RIOne side ❑ Opposite ❑ Staggered ❑ Median PERFORMANCE CRITERIA: APPLICATION ROADWAY PHOTOPIC Maintained average horizontal at pavement 0.4 FC ILLUMINANCE: Avg:min uniformity ratio 6:1 PHOTOPIC Maintained average luminance n/a LUMINANCE: Avg:min uniformity ratio n/a Max:min uniformity ratio n/a SIDEWALKS PHOTOPIC Maintained average horizontal at pavement 0.2 FC ILLUMINANCE: Avg:min uniformity ratio (horizontal) N/A Maintained min. vertical ilium. 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 ft' MOUNTING: Mtg. method I ❑ Post -top ❑ Side -arm ❑ Trunnion/yoke ❑ Swivel -tenon 1-1/4 inches Tenon nominal pipe size (NPS) And 2-3/8 inches VIBRATION: ANSI test level ❑ Level 1 (normal) ❑ Level 2 (bridge/overpass) DRIVER: ❑ 350mA ❑ 530mA ❑ 700mA CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 14 RESIDENTIAL LED ROADWAY LUMINAIRES Page 14 of 22 DRIVER: Wireless Control p Yes ❑ No Capability 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 15 RESIDENTIAL LED ROADWAY LUMINAIRES Page 15 of 22 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. CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 16 RESIDENTIAL LED ROADWAY LUMINAIRES Page 16 of 22 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 CA 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 I Intensity distribution I CCT I Drive current I # of LEDs CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 17 RESIDENTIAL LED ROADWAY LUMINAIRES Page 17 of 22 (I ES Type) (K) (mA) 1, 2, 3 4,5 6,7 8, 9, 10 II, III, IV IV IV IV 4000 I 5000, 6000 4000 4000 700 700 325,525 I 700 80 80 80 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 CCT Drive current # of LEDs Multiplier (I ES Type) (K) (mA) (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 I 80 #7 / #3 9 IV 4000 700 I 40 I #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. CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 18 RESIDENTIAL LED ROADWAY LUMINAIRES APPENDIX D ELECTRICAL IMMUNITY Test Procedure Page 18 of 22 • 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 19 RESIDENTIAL LED ROADWAY LUMINAIRES Page 19 of 22 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 Q 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 20 RESIDENTIAL LED ROADWAY LUMINAIRES Page 20 of 22 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 2Q 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 21 RESIDENTIAL LED ROADWAY LUMINAIRES Page 21 of 22 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 CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 20.03 - 22 RESIDENTIAL LED ROADWAY LUMINAIRES APPENDIX E PRODUCT SUBMITTAL FORM Luminaire Type' Manufacturer Model number Housing finish color Tenon nominal pipe size (inches) Nominal luminaire weight (lb) Nominal luminaire EPA (ft') Nominal input voltage (V) ANSI vibration test level Nominal BUG Ratings Make/model of LED light source(s) Make/model of LED driver(s) Dimmability Control signal interface Upon electrical immunity system failure Thermal management Lumen maintenance testing duration (hr) Reported lumen maintenance life (hr) 2 Warranty period (yr) Parameter Initial photopic output (Im) Maintained photopic output (Im) 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 Level 1 (Normal) Dimmable Possible disconnect Moving parts Nominal value Page 22 of 22 Level 2 (bridge/overpass) Not dimmable No possible disconnect No moving parts Tolerance (% ' See Appendix A, and attach supporting documentation as required. 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. CITY OF FORT WORTH WELLINGTON MUL TIFAMIL Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104924 Revised June 15, 2015 34 41 30 - 1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 9 1 SECTION 34 4130 2 ALUMINUM SIGNS AND SIGN POSTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Aluminum signs installed on mast arms, signal poles, or steel posts. 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. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs 15 a. Measurement 16 1) Measurement for this Item shall be per each sign installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 shall be paid for at the unit price bid per each "Furnish/Install Alum Sign 20 Mast Arm Mount" installed for: 21 a) Various types 22 c. The price bid shall include: 23 1) Fabricating the aluminum sign 24 2) Treatment of sign panels required before application of background 25 materials 26 3) Application of the background materials and messages to the sign panels 27 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 28 backing strips 29 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 30 support connections 31 6) Assembling and erecting the signs 32 7) Preparing and cleaning the signs 33 2. Installing Mast Arm or Signal/Street Light Pole Mounted Aluminum Signs 34 a. Measurement 35 1) Measurement for this Item shall be per each sign installed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 shall be paid for at the unit price bid for each "Install Alum Sign Mast Arm 39 Mount" installed. 40 c. The price bid shall include: 41 1) Installing each Aluminum Sign CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised November 12, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 34 41 30 - 2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 9 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Furnish/Install Alum Sign Ground Mount" installed for: a) Various types c. The price bid shall include: 1) Fabrication of signs and posts 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Scheduling utility line locates 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 7) Assembling and erecting the signs and posts 8) Preparing and cleaning the signs 4. Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Ground Mount" installed. c. The price bid shall include: 1) Scheduling utility line locates 2) Assembling and erecting the signs and posts 3) Preparing and cleaning the signs 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Alum Sign Ex. Pole Mount" furnished and installed. c. The price bid shall include: 1) Furnishing and installing the aluminum sign 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 WELLING TON M UL TIFAMIL Y CPN.• 104924 34 41 30 - 3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 1 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 2 support connections 3 4) Assembling and erecting the signs 4 5) Preparing and cleaning the signs 5 6. Installing Aluminum Signs Mounted on Existing Poles 6 a. Measurement 7 1) Measurement for this Item shall be per each sign installed. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the unit price bid per each "Install Alum Sign Ex. Pole 11 Mount" installed. 12 c. The price bid shall include: 13 1) Fabricating the aluminum sign 14 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 15 backing strips 16 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 17 support connections 18 4) Assembling and erecting the signs 19 5) Preparing and cleaning the signs 20 7. Removal of Signs 21 a. Measurement 22 1) Measurement for this Item shall be per each sign panel removed, each sign 23 panel and post removed, and each sign panel and post removed and 24 reinstalled. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Remove Sign" for: 28 a) Various types 29 b) Various configurations 30 c. The price bid shall include: 31 1) Removal of sign panel and post 32 2) Removal of sign panel 33 3) Backfill 34 4) Excavation 35 5) Returning materials to the City as specified in the plans 36 6) Cleaning sign panel if sign is to be reinstalled 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. 42 2. American Standard Testing Materials (ASTM) 43 a. ASTM B209-07— "Standard Specification for Aluminum and Aluminum -Alloy 44 Sheet and Plate". 45 b. ASTM D4956 — 09e1 — "Standard Specification for Retroreflective Sheeting for 46 Traffic Control". CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised November 12, 2013 34 41 30 - 4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 1 c. ASTM A 10 11 / A1011- 10 — "Standard Specification for Steel, Sheet and Strip, 2 Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low- 3 Alloy with Improved Formability, and Ultra -High Strength". 4 d. ASTM B 117-09 — "Standard Practice for Operating Salt Spray (Fog) 5 Apparatus". 6 e. AASHTO M 120-08 — "Standard Specification for Zinc". 7 3. Texas Manual on Uniform Traffic Control Devices 8 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 9 Transportation, Standard Specifications for Construction and Maintenance of 10 Highways, Streets, and Bridges. 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Submittals shall be in accordance with Section 0133 00. 14 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 15 specials. 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 17 A. Shop Drawings 18 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for 19 approval prior to fabrication. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING 24 A. Delivery and Acceptance Requirements 25 1. Signs and parts shall be properly protected so that no damage or deterioration 26 occurs during a prolonged delay from the time of shipment until installation. 27 2. The Contractor shall secure and maintain a location to store the material in 28 accordance with Section 01 50 00. 29 B. Storage and Handling 30 1. Ship, handle, and store completed sign blanks and completed signs so that corners, 31 edges, and faces are not damaged. 32 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 33 night and day, will be acceptable. 34 3. Replace unacceptable signs. 35 4. Store all finished signs off the ground and in a vertical position until erected. 36 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 37 6. Larger signs may be stored outside. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised November 12, 2013 34 41 30 - 5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 5 A. Refer to Drawings and Contract Documents to determine if any Items are to be 6 purchased from the City and installed by the Contractor. 7 B. Items eligible for purchase from the City include: 8 1. Aluminum Signs 9 2.2 MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed in the City's Standard Products List will be 12 considered as shown in Section 0160 00. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 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 B. Sign blanks 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy meeting Specifications for 5052H38 as outlined in ASTM B 209 — 02a. 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, dirt, grease, oil, white rust, fingerprints and/or other irregularities. 3. Sign blanks shall be degreased and etched according to industry standards and shall have an alodined finish applied per MIL-05541 Class IA. 4. The thickness of each sign blank shall be uniform throughout. C. Sign sheeting 1. Acrylic overlay film a. This film shall be applied to Type I, Type II, Type IV, Type IX, and other retroreflective sheeting for permanent signing. b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 1170. c. Film shall be: 1) Durable 2) Transparent 3) Acrylic 4) Electronic-cuttable 5) Coated with a transparent, pressure sensitive adhesive 6) Have a removable synthetic liner — paper liner is not acceptable d. Film colors can include yellow, green, blue, brown, red, and orange. 2. Non -reflective vinyl film a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting for permanent signing. The film shall be equal to or better than 3M Scotchcal ElectroCut Film Series 7725. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 34 41 30 - 6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 b. Film shall be: 1) Durable 2) 2 mil opaque cast vinyl 3) Coated with a transparent, pressure -sensitive adhesive 4) Have a removable synthetic liner — paper line is not acceptable c. Film colors can include yellow, green, blue, brown, red, and orange. 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: a. Be combined with other components for permanent signing b. Typically be an unmetallized microprismatic lens retroreflective element material c. Have a smooth outer surface that essentially has the property of the retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for the adhesion to smooth, clean surfaces. d. Be equal to or better than 3M Series 3930 e. Be of colors including white, yellow, green, red, blue, and brown 4. Super -high efficiency full cube retroreflective sheeting with pressure sensitive adhesive shall: a. Be combined with other components for permanent signing b. Be a super -high efficiency, full cube retroreflective sheeting having the highest retroreflectivity characteristics at medium and short road distances. c. Typically be a microprismatic retroreflective element material d. Have a smooth outer surface that essentially has the property of retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for adhesion to smooth, clean surfaces. e. Be equal to or better than 3M Series 4000 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent yellow, fluorescent yellow green, and fluorescent orange D. Telescoping Steel Sign Post 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled Carbon Sheet Steel, Structural Quality ASTM designation A 10 11 / A1011- 10. 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 3. All posts and anchors shall be manufactured from raw steel, formed and welded on the corner prior to receiving a triple coat protection of inline hot -dipped, galvanized zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate conversion coating and a cross -linked polyurethane acrylic exterior coating. 4. The interior shall receive a double coat of zinc based organic coating, tested in accordance with ASTM B-117-09. E. Hardware 1. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 WELLING TON M UL TIFAMIL Y CPN.• 104924 34 41 30 - 7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 FABRICATION 8 A. Sign blanks 9 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 10 of buckles, warps, burrs, dents, cockles, or other defects. 11 2. Do not splice individual extruded aluminum panel. 12 3. Complete the fabrication of sign blanks, including the cutting and drilling or 13 punching of holes, before cleaning and degreasing. 14 4. After cleaning and degreasing, ensure that the substrate does not come into contact 15 with grease, oils, or other contaminants before the application of the reflective 16 sheeting. 17 B. Sign sheeting 18 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 19 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 20 the sheeting manufacturer. 21 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 22 manner as the sign panel face. 23 4. Minimize the number of splices in the sheeting. 24 5. Overlap the lap -splices by at least 1/4 inch. 25 6. Provide a 1-foot minimum dimension for any piece of sheeting. 26 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 27 transparent films. 28 C. Sign messages 29 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 30 2. Use sign message material from the same manufacturer for the entire message of a 31 sign. 32 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 33 color and reflectivity. 34 4. Prevent runs, sags, and voids. 35 D. Telescoping steel sign posts 36 1. Permissible variation in straightness is 1/16 inch in 3 feet. 37 2. Tolerances are on the outside size. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised November 12, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 34 41 30 - 8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 9 Measurements for outside dimensions shall be made at least 2 inches from end of tube. Nominal Outside Outside Tolerance Dimensions at all Side Corners (inches) (inches) 1 %2 X 1 %2 ±0.006 1 3/4 X 1 3/4 +0.008 2 X 2 10.008 2 1/4 X 2 1/4 10.010 2 V2 X 2 1/2 ±0.01 0 3. Permissible variation in wall thickness is plus 0.011 inches, minus 0.008 inches. 4. Measured in the center of the flat side tolerance is f 0.01 inch applied to the specific size determined at the corner. 5. Squareness of Sides and Twist Nominal Squareness Twist Permissible in 3 Outside Tolerance inches Lengths Dimensions (inches) (inches) (inches) 1 %2 X 1 1/2 f0.009 0.050 1 3/4 X 13/4 f0.010 0.062 2 X 2 f0.012 0.062 2 1/4 X 21/4 f0.014 0.062 2 %2 X 21/2 f0.015 0.075 6. All top posts must be capable of fracturing at the point of connection with a single anchor, when impacted, in such a manner that the piece inside of the anchor can be removed so as to allow the anchor to receive a new top post. 7. The shape of all posts and anchors shall be square and straight with smooth tubing welded in one corner with a tolerance that permits telescoping of the next larger or small size, in 1/4-inch increments. 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch diameter on 1-inch centers for at least the top 4 inches of the anchor while being truly aligned in the center of the section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 WELLING TON M UL TIFAMIL Y CPN.• 104924 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 34 41 30 - 9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on f- inch centers for the entire length of the post and truly aligned in the center of section. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Wash completed signs with a biodegradable cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt, smears, streaks, finger marks, and other foreign material. B. Wash again before final inspection after erection. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Changes to vinyl film, added sign removal bid item CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 WELLING TON M UL TIFAMIL Y CPN.• 104924 3471 13- 1 TRAFFIC CONTROL Page 1 of 6 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard 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. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" shall be paid for at the 22 unit price bid for "Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 7) Police assistance during peak hours 31 2. Portable Message Signs 32 a. Measurement 33 1) Measurement for this Item shall be per week for the duration of use. 34 b. Payment 35 1) The work performed and materials furnished in accordance to this Item and 36 measured as provided under "Measurement" shall be paid for at the unit 37 price bid per week for "Portable Message Sign" rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site 40 2) Message updating 41 3) Sign movement throughout construction 42 4) Return of the Portable Message Sign post -construction CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 22, 2021 347113-2 TRAFFIC CONTROL Page 2 of 6 1 3. Preparation of Traffic Control Plan Details 2 a. Measurement 3 1) Measurement for this Item be per each Traffic Control Detail prepared. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each "Traffic Control Detail" 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 10 longer 11 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 12 (TMUTCD) 13 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 14 4) Incorporation of City comments 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 Manual on Uniform Traffic Control Devices (TMUTCD). 21 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 22 Transportation, Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. General 26 1. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. 27 B. Coordination 28 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 29 implementing Traffic Control within 500 feet of a traffic signal. 30 C. Sequencing 31 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 32 approved by the City and design Engineer before implementation. 33 1.5 SUBMITTALS 34 A. Provide the City with a current list of qualified flaggers before beginning flagging 35 activities. Use only flaggers on the qualified list. 36 B. Obtain a Street Use Permit from the TPW Department's Transportation Division. The 37 Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control 38 Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be 39 submitted with the Street Use Permit. 40 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 41 Engineer. CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 22, 2021 347113-3 TRAFFIC CONTROL Page 3 of 6 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor will be responsible for having a licensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets.A traffic control 4 "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control 5 Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as 6 an alternative to preparing project/site specific traffic control plan if the typical is 7 applicable to the specific project/site. 8 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. 9 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 10 changes to the Traffic Control Plan(s) developed by the Design Engineer. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY 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 -SUPPLIED PRODUCTS [NOT USED] 20 21 22 23 24 25 26 27 28 29 30 2.2 ASSEMBLIES AND MATERIALS A. Description 1. Regulatory Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMUTCD. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 3471 13 - 4 TRAFFIC CONTROL Page 4 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In -Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 10 the Drawings and as directed. 11 B. Install Traffic Control Devices straight and plumb. 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 C. Do not make changes to the location of any device or implement any other changes to the Traffic Control Plan without the approval of the Engineer. 1. Minor adjustments to meet field constructability and visibility are allowed. D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 1. Corrective action includes but is not limited to cleaning, replacing, straightening, covering, or removing Devices. 2. Maintain the Devices such that they are properly positioned, spaced, and legible, and that retroreflective characteristics meet requirements during darkness and rain. E. If the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precautionary measures for the protection of persons or property), the Inspector may order such additional precautionary measures be taken to protect persons and property. F. Subject to the approval of the Inspector, portions of this Project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. G. Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. 1. The support design is subject to the approval of the Engineer. I. Lane closures shall be in accordance with the approved Traffic Control Plans. J. If at any time the existing traffic signals become inoperable as a result of construction operations, the Contractor shall provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traffic Control. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 WELLING TON M UL TIFAMIL Y CPN.• 104924 347113-5 TRAFFIC CONTROL Page 5 of 6 1 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 2 turn-ons, street light pole installation, or other construction will be done during peak traffic 3 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service, the American 7 Traffic Safety Services Association, the National Safety Council, or other approved 8 organizations. 9 a. Provide the certificate indicating course completion when requested. 10 b. This representative is responsible for training and assuring that all flaggers are 11 qualified to perform flagging duties. 12 2. A qualified flagger must be independently certified by 1 of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 16 and follow the flagging procedures set forth in the TMUTCD. 17 5. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel, and as shown on the Drawings or as directed by the Engineer. 20 a. These flaggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 23 and other Traffic Control Devices used for work -zone traffic handling as soon as 24 practical in a timely manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT USED] 26 3.5 RE -INSTALLATION [NOT USED] 27 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 37 CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 22, 2021 347113-6 TRAFFIC CONTROL Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 3/22/2021 M Owen 1.5 Clarified submittal requirements 3.3 M. Clarified removal requirements CITY OF FORT WORTH WELLINGTONMULTIFAMILY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.• 104924 Revised March 22, 2021 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WELLINGTON MULTIFAMILY CPN.• 104924 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WELLINGTON MULTIFAMILY CPN.• 104924 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WELLINGTON MULTIFAMILY CPN: 104924 A L P H AA T E S T I N G Geotechnical Construction Materials Environmental A Universal Engineering Sciences Company TBPELS Firm No. 8-13 June 16, 2023 Greystar Development Central, LLC 600 E. Colinas Boulevard, Suite 2100 Irving, Texas 75039 Attention: Ms. Kendall Hatch Re: Pavement Recommendations Daborne Drive and Willow Springs Road Wellington Multifamily SWC of Highway 287 and Willow Springs Road Fort Worth, Texas ALPHA Report No. W222445-1A 5058 Brush Creek Road Tel: 817.496.5600 Fort Worth, Texas 76119 Fax: 817.496.5608 www.alphatesting.com Submitted herein are the recommended pavement sections for public streets of the proposed multifamily complex referenced above (Wellington Multifamily). The complex is generally located on a tract of land located at the southwest corner of Highway 287 and Willow Springs Road in Fort Worth, Texas. The study includes two (2) public street extensions (Daborne Drive and Willow Springs Road). This study was authorized by Mr. J.R. Thulin on April 25, 2023 and performed in accordance with ALPHA Proposal No. 92809-1, dated April 25, 2023. This report is an extension of ALPHA Report No. W222445-revl dated March 24, 2023 containing geotechnical recommendations for apartment building foundations. The report to provide recommendations for about 300 ft of TxDOT frontage road will be issued under separate cover. The purpose of this study is to develop pavement sections for about 600 linear ft of Daborne Drive and about 1,000 linear ft of Willow Springs Road 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, LLC ("ALPHA") to evaluate for Greystar Development Central, LLC ("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 accomplished 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. ALHA Report No. W222445-1A 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. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed public streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential -Urban Collector Arterial PCC Pavement Thickness(in) placed 6 7%2 10 on lime stabilized subgrade soil 28-day Concrete Compressive 3,600 3,600 3,600 Strength (psi) Subgrade Treatment 6 inches 8 inches 8 inches Lime Application Rate (lbs per sq yd) 32 42 42 Cement Application Rate (lbs per sq yd) 24 32 32 Reinforcing Bar No. 3 3 4 Reinforcing Bar Spacing (in) 18 18 18 Further 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 five (5) test borings to a depth of about 10 ft below current grades. 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. 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. PJ ALHA Report No. W222445-1A 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: • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318) • Unconfined Compressive Strength (ASTM D 2166) • No. 200 sieve tests (ASTM D 1140) • Sulfate Content (TX-145-E Part II) • Lime Series (Plasticity Index vs. Lime Content) Individual test results are presented on the attached Log of Boring or summary data sheets. GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within mapped interface of the undivided Fort Worth Limestone and Duck Creek formation and the undivided Pawpaw, Weno Limestone and Denton Clay formation. These formations generally consist of limestone with marl (limey shale) layers. Residual overburden soils associated with these undivided formations generally consist of clay soils with low to high shrink/swell potential. Subsurface conditions at or near geological interfaces can be highly variable. Subsurface conditions encountered in Borings 1 through 3 generally consisted of clay to depths of about 5 ft to 6 ft below the ground surface underlain by limestone extending to the 10 ft termination depth of the borings. Subsurface conditions encountered in Boring 4 generally consisted of clayey sand to a depth of about 2 ft below the ground surface underlain by clay to a depth of about 4 ft. Limestone was then encountered extending to the 10 ft termination depth of the boring. Subsurface conditions encountered in Boring 5 generally consisted of clayey sand to a depth of about 3 ft below the ground surface underlain by limestone extending to the 10 ft termination depth of the borings. More detailed stratigraphic information is presented on the attached Log of Boring sheets. The granular materials (clayey sand) encountered in Boring 4 and 5 are relatively permeable and are anticipated to have a relatively rapid response to groundwater movement. However, the clay and limestone encountered in the borings are considered relatively impermeable and is expected to have a relatively 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 not encountered in the borings. However, it is common to encounter seasonal groundwater in granular materials, from natural fractures within the clayey matrix, at the soil/rock (limestone) interface and from fractures within the rock (limestone), particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. 3 ALHA Report No. W222445-1A #X Further details concerning subsurface materials and conditions encountered can be obtained from the Log of Boring sheets provided in the Appendix 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 review of our borings and the grading plans by Wier & Associates, Inc. (WA# 22035.1, dated March 10, 2023, Sheet No. G101 through G105), the pavement subgrade is expected to consist of clayey or sandy site soils, or similar materials used for grading the site. The pavement subgrade could also consist of limestone in some areas depending on the given location along the alignment and grading requirements. 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. Lime Treatment In areas where moderate to high plasticity clayey soils (plasticity index of 15 or greater) are exposed after final subgrade elevation is achieved, the exposed surface of the pavement subgrade should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively, and mixed with a minimum 32 lbs per sq yard of hydrated lime (by dry soil weight) for Residential Urban streets and 42 lbs per sq yard for Collector and Arterial streets in conformance with TxDOT Standard Specifications Item 260. The recommended application rate for the streets equates to about 7 percent based on a dry soil unit weight of 100 pcf. 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. r 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. The result of the lime series test performed on representative clay samples is attached (Figure 2). Cement Treatment Cement modification should be used in pavement areas where low PI (less than 15) clay or clayey sand soil is exposed after final subgrade elevation is achieved. The exposed surface of the pavement subgrade soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively and mixed with at least 5 percent Portland cement (by dry unit weight) in conformance with TxDOT Item 275. Assuming an in -place unit weight of 105 pcf for the pavement subgrade soils, this percentage of cement equates to about 24 lbs of cement per sq yard of subgrade treated for Residential Urban streets and 32 lbs of cement per sq yard of subgrade treated for Collector and Arterial streets. The soil -cement mixture 4 ALHA Report No. W222445-1A #X should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of -1 to +3 percentage points of the mixture's optimum moisture content. Cement stabilization could also be utilized where subgrade consists of clay and sandy clay soils. General We recommend subgrade improvement 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. Improvement of the pavement subgrade is not required where the pavement subgrade consists of limestone. In pavement areas where limestone is exposed after final subgrade elevation is achieved, on -site lime stabilized clay cuttings, on -site processed limestone cuttings, or flexible base material could be used as a leveling course (as needed) to provide a smooth surface for placement of the pavement. Improvement of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades could experience soil -related potential seasonal movements on the order of magnitude of about 1 to 4 inches due to active soils at the site. Our office should be contacted for further evaluation if this level of movement is not acceptable. Since the estimated depth of active moisture change and soil movement is about 15 ft in the geographical area of the site, deeper borings will be required to provide a more accurate estimate of potential movement. A California Bearing Ratio (CBR) test was not performed for this specific project. Based on our experience with similar projects, we anticipate the CBR for native subgrade material is estimated to be between 2 and 3. Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. 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 5 ALHA Report No. W222445-1A #X *Subgrade prepared with lime/cement stabilization or graded limestone 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 over 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 Single 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. 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 71/2-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 4.5 ± 1.5 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. 6 ALHA Report No. W222445-1A Soluble Sulfates A total of three (3) 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. Sample Boring Depth, No. No. ft TABLE B Soluble Sulfates Material Type 1 1 2-4 Dark Brown CLAY 2 3 2-4 Dark Brown CLAY 3 5 2-4 Brown CLAYEY SAND Soluble Sulfate, mg/Kg (ppm) 63 39 39 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. 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 Borings 4 and 5. Limestone could be encountered during general excavation and grading at this site. The limestone encountered in the borings was hard and may be difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or saw cutting) 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 pavement or areas to receive new fill should be properly prepared. 7 ALHA Report No. W222445-1A #X • 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. • 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. 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. 8 ALHA Report No. W222445-1A #X Due to the nature of the clayey and clayey sandy 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 and clayey sand soils 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 soils 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 clod should be less than 6 inches prior to compaction. Processed limestone or other rock -like materials used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of limestone or other rock -like materials used as fill 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. In general, processed limestone used as fill should have a maximum particle size of 6 inches. However, any processed limestone used as fill within 3 ft of the final pavement subgrade elevation should have a maximum particle size of 3 inches. 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. 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 9 ALHA Report No. W222445-1A #X 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 1Oft 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 Free groundwater was not encountered in the borings. However, from our experience, shallow 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. Where groundwater is encountered in granular soils, sump pits may not be adequate to control seepage and supplemental dewatering measures may be necessary to control groundwater seepage. Supplemental dewatering measures include (but are not limited to) submersible pumps in slotted casings and well points. 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. 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 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 10 ALHA Report No. W222445-1A #X 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 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. CLOSURE All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, ALPHA TESTING, LLC Santosh Mahat, EIT Geotechnical Project Manager SM/GSF/sm Copies: (1-PDF) Client �E OF . W11 .......................... GREGORY S. FAGAN o t116518 .' es ft110��s\�4 / �k'. NAL June 16, 2023 Attachments: Boring Location Plan — Figure 1 Mechanical Lime Series — Figure 2 WinPAS Analysis Results Log of Borings Key to Soil Symbols and Classifications ,k& Gregory S. Fagan, P.E. Senior Geotechnical Engineer 11 —L. y--tDAMt qPF WORTH) FORY •1=� � _. '_ � ate. r 4 ��� . 1 PH,45C edwp�y �n •. Be SE,� I}y X. PAVEMENT RECOMMENDATIONS DABORNE DRIVE AND WILLOW SPRINGS ROAD WELLINGTON MULTIFAMILY SWC OF HIGHWAY 287 AND WILLOW SPRINGS ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W222445-IA ALFHA'kTEST ING INHERE IT ALL BEGINS FIGURE I �N -B-2 Im 0APPROXIMATE BORING LOCATION BORING LOCATION PLAN ALPHA/TESTING WHERE IT ALL BEGINS Geotechnical • Construction Materials • Environmental • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W222445-1 Date: 05/24/23 % Lime 0% 4% 6% 8% 10% PI 37 19 15 11 9 70 65 60 55 50 45 40 d 35 '- 30 25 20 15 10 0 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime FIGURE 2 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: Wellington Multifamily Route: Location: SWC of Highway 287 and Willow Springs Road, Fort Worth, Texas Owner/Agency: Design Engineer: Residential Pavement Analysis Rigid Pavement Design/Evaluation Concrete Thickness 5.91 inches Load Transfer Coefficient Total Rigid ESALs 930,000 Modulus of Subgrade Reaction Reliability 85.00 percent Drainage Coefficient Overall Standard Deviation 0.39 Initial Serviceability Flexural Strength 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subarade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 Unadjusted Modulus of Subgrade Reaction 0 Depth to Rigid Foundation 0.00 Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280 psi/in. 3.00 280 psi/in. 1.00 4.50 2.00 Tuesday, June 13, 2023 3:10:25PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: Wellington Multifamily Route: Location: SWC of Highway 287 and Willow Springs Road, Fort Worth, Texas Owner/Agency: Design Engineer: Collector Pavement Analysis Rigid Pavement Design/Evaluation Concrete Thickness 7.52 inches Load Transfer Coefficient Total Rigid ESALs 3,000,000 Modulus of Subgrade Reaction Reliability 85.00 percent Drainage Coefficient Overall Standard Deviation 0.39 Initial Serviceability Flexural Strength 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subarade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 Unadjusted Modulus of Subgrade Reaction 0 Depth to Rigid Foundation 0.00 Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280 psi/in. Tuesday, June 13, 2023 3:12:11 PM Engineer: 3.00 280 psi/in. 1.00 4.50 2.25 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: Wellington Multifamily Route: Location: SWC of Highway 287 and Willow Springs Road, Fort Worth, Texas Owner/Agency: Design Engineer: Arterial Pavement Analysis Rigid Pavement Design/Evaluation Concrete Thickness 9.87 inches Load Transfer Coefficient Total Rigid ESALs 13,000,000 Modulus of Subgrade Reaction Reliability 85.00 percent Drainage Coefficient Overall Standard Deviation 0.39 Initial Serviceability Flexural Strength 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subarade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 Unadjusted Modulus of Subgrade Reaction 0 Depth to Rigid Foundation 0.00 Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280 psi/in. Tuesday, June 13, 2023 3:12:57PM Engineer: 3.00 280 psi/in. 1.00 4.50 2.50 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222445-1 www.alphatesting.com Grevstar Development Central, LLC Location: Fort Worth, Texas Wellinqton Multifamily Surface Elevation: 5/11/2023 End Date: 5/11/2023 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION OF, Dark Brown CLAY Tan CLAY _5 Tan LIMESTONE with clay seams and layers 10 TEST BORING TERMINATED AT 10 FT 15 20 Hammer Drop (lbs / in): 170 / 24 o.S d E o o _ x `o U Z!- ( o S E o 0 Q 3 o Yo 0 E �s 0),5) U N Nc ^ w 0 c 0 J -0 J .V y N a 0 o� oz a0 0 c a� p�� (n U x 0 O0 U o 0 Z 0 (d J d T H - d - 3 4.5+ 23 4.5 2.6 101 20 68 22 46 4.0 2.75 5.0 100/ 0.5" 100/ 10.0 1 17 32 14 18 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222445-1 www.alphatesting.com Grevstar Development Central, LLC Location: Fort Worth, Texas Wellinqton Multifamily Surface Elevation: 5/11/2023 End Date: 5/11/2023 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 Tan LIMESTONE with clay seams and layers 10 TEST BORING TERMINATED AT 10 FT 15 20 Hammer Drop (lbs / in): 170 / 24 o.S d E o o _ x `o U Z!- ( o S E o 0 Q 3 o Yo 0 E �s 0),5) U7 N Nc ^ w 0 c 0 J -0 J .V y N a 0 o� o� a0 0 c a5cu p�� (n � x 0 O0 U o 0 Z 0 CU J D_ (a H - d - 3 4.5+ 3.25 1.4 97 23 57 20 37 2.0 6.0 69/ 7.5" 100/ 10.0 1 23 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222445-1 www.alphatesting.com Grevstar Development Central, LLC Location: Fort Worth, Texas Wellinqton Multifamily Surface Elevation: 5/11/2023 End Date: 5/11/2023 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -�ZOn Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 Tan LIMESTONE with clay seams and layers 10 TEST BORING TERMINATED AT 10 FT 15 20 Hammer Drop (lbs / in): 170 / 24 o.S d E o o _ x `o U Z!- ( o S E o 0 Q 3 o Yo 0 E �s 0),5) U7 N Nc ^ w 0 c 0 J -0 J .V y N a 0 o� o� a0 0 c a5 p�� (n U x 0 O0 U o 0 Z 0 J D_ (a HCU a d - 3 1 4.0 1.9 93 21 57 20 37 53/ 12" 100/ 10.0 hk 2" 2.5 24 2.25 25 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222445-1 www.alphatesting.com Grevstar Development Central, LLC Location: Fort Worth, Texas Wellinqton Multifamily Surface Elevation: 5/12/2023 End Date: 5/12/2023 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Brown CLAYEY SAND Tan CLAY with sand j Tan LIMESTONE with clay seams and layers 5 10 TEST BORING TERMINATED AT 10 FT 15 20 Hammer Drop (lbs / in): 170 / 24 o.S d E o o _ x `o U Z!- ( o S E o 0 Q 3 o Yo 0 E �s 0),5) U N Nc ^ w 0 c 0 J -0 J .V y N a 0 o� oz a0 0 c a� p�� (n U x 0 O0 U o 0 Z 0 (d J d T H - d - 3 2.0 4.0 94/ 8.5" 100/ 10.0 1 ll 4.5+ im 4.5+ 1.0 77 103 11 29 16 13 ALPHA**\*# TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 5 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222445-1 www.alphatesting.com Grevstar Development Central, LLC Location: Fort Worth, Texas Wellinqton Multifamily Surface Elevation: 5/12/2023 End Date: 5/12/2023 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -�ZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Brown CLAYEY SAND Tan LIMESTONE with clay seams and layers 5 10 TEST BORING TERMINATED AT 10 FT 15 20 Hammer Drop (lbs / in): 170 / 24 o.S d E o o _ x `o U Z!- ( o S E o 0 Q 3 o Yo 0E �s Na> U N Nc ^ w 0 c 0 J -0 J .V y N a 0 o� oz a0 0 c a� p�� (n U x 0 O0 U o 0 Z 0 (d J d T Ha d - 3 1 4.5+ 42 10 43 17 26 3.0 4.5+ 100/ 1" 100/ 2" 100/ 10.0 1 9 A L P H A+ T E S T I N G KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) W (GM), SILTY GRAVEL m(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 15mm 1♦ S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ROCK CORE (2" ID except where SILT CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WELLINGTON MULTIFAMILY CPN: 104924 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WELLINGTON MULTIFAMILY CPN: 104924 FORT WORM, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/O1/2023 Approval Spec No. Concrete Classification Manufacturer Modd No. National Spec 9/9/2022 03 30 00 Mix Design Amencan Concrete Company 30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps 9/9/2022 03 30 00 Mix Design Amencan Concrete Company OIJAF382 1000 psi Concrete Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design Amencan Concrete Company 40CNF065 4000 psi Concrete for Manholes & Utility Structures 9/9/2022 03 30 00 Mix Design Amencan Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DI OOO0001737 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DI OOO0001791 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DI OOO0001793 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos D10000001103 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DI OOO0002107 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DI OOO0001273 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0001617 3600 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Argos DI OOO0008381 4500 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Argos DI OOO0009857 50 psi Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Argos DIOOO0001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter 9/9/2022 03 30 00 Mix Design Argos DI OOOOO1043S 3000 psi Concrete for Sidewalks, Curbs 9/9/2022 03 30 00 Mix Design Argos DI OOOOO1565S 3000 psi Concrete for Curbs, Curb & Gutters, Sidewalks, Driveways, ADA Ramps 9/9/2022 03 30 00 Mix Design Argos DIOOOOO1615 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking 9/9/2022 03 30 00 Mix Design Argos DIOOO0001061 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking 9/9/2022 03 30 00 Mix Design Argos DIOOO0001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking 9/9/2022 03 30 00 Mix Design Argos DIOOO0001083 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking 9/9/2022 03 30 00 Mix Design Argos DIOOO0001685 4000 psi Concrete for Valve Pads 9/9/2022 03 30 00 Mix Design Argos DI OOO0005751 750 Psi Concrete Base for Trench Repair 9/9/2022 03 30 00 Mix Design Argos DIOOO0001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 9/9/2022 03 30 00 Mix Design Big D Concrete 7SKGRT 3000 psi Concrete for Grouting 9/9/2022 03 30 00 Mix Design Big D Concrete 14500AE 4500 psi Concrete for High Early Strength Paving 5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Big Town Concrete 452065-1 4500 psi hand placed paving 9/9/2022 03 30 00 Mix Design Big Town Concrete 450065-1 4500 psi hand placed paving 9/9/2022 03 30 00 Mix Design Buruco Texas 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures 9/9/2022 03 30 00 Mix Design Branco Texas 40U553BG 4000 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Borneo Texas 55UI20AG 4000 psi Concrete Mix for High Early Strength Paving 9/9/2022 03 30 00 Mix Design Borneo Texas 30U100AG 3000 psi Concrete Mix for Pipe Collars, Inlets, Thrust Blocks, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Borneo Texas 30U101AG 3000 psi Concrete Mix for Flatwork 9/9/2022 03 30 00 Mix Design Branco Texas 30U500BG 3000 psi Concrete Mix for Blocking, Encasement, Curb Inlets, Junction Boxes, Fire Hydrant Pads, Driveways, Curb & Gutters, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Des' Barren,Texas 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls, Collars 9/9/2022 03 30 00 Mix Des F Bumco Texas 36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Dear Bumco Texas 08Y450BA 800 psi Concrete Mix for Base for Trench Repair 9/9/2022 03 30 00 Mix Dear Bumco Texas OIY690BF 100 psi Concrete Mix for Flowable Fill 4/l/2023 03 34 16 Mix Dear Bumco Texas IOYH50BF 1000 psi Concrete Base Material for Trench Repair 9/9/2022 03 30 00 Mix Dear Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Dear Carder Concrete FWCC552091 3600 psi for Machine Placed Paving 9/9/2022 03 30 00 Mix Dear Carder Concrete FWCC602091 3600(lsi for Machine Placed Paving 9/9/2022 03 30 00 Mix Dear Carder Concrete FWCC359lO1 Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Carder Concrete FWFF237501 Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches 9/9/2022 03 30 00 Mix Des�n Carder Concrete FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter 9/9/2022 03 30 00 Mix Dear Carder Concrete FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork 9/9/2022 03 30 00 Mix Dear Charley's Concrete 4142 3600 psi Concrete for Curb Inlets, Junction Boxes 9/9/2022 03 30 00 Mix Dear Charley's Concrete 4518 4000 psi Concrete for Headwalls, Win�'alls 9/9/2022 03 30 00 Mix Dear Charley's Concrete 5167 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Dear Charley's Concrete 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes 9/9/2022 03 30 00 Mix Dear Charley's Concrete 6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes 9/9/2022 03 30 00 Mix Dear Charley's Concrete 4502 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Dear Charley's Concrete 3759 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Dear Charley's Concrete 1502 150 psi Concrete for Flowable Fill-CLSM 9/9/2022 03 30 00 Mix Dear Charley's Concrete 1518 150 Psi Concrete for Flowable Fill-CLSM 9/9/2022 03 30 00 Mix Dear Charley's Concrete 5642 4000 psi Concrete for Storm Drain Structures 9/9/2022 03 30 00 Mix Dear Charley's Concrete 6595 5000 psi Concrete Mix for H�h Early Strength Paving 9/9/2022 03 30 00 Mix Design Charley's Concrete 6589 4500 psi Concrete Mix for High Early Siren h Paving 9/9/2022 03 30 00 Mix Design Chisholm Trail Redi Mix C 13020AE 3000 psi Concrete for Driveways, Curl & Gutter 9/9/2022 03 30 00 Mix Design City Concrete Company 11-350-FF 50-150 psi Concrete for Flowable Fill-CLSM FORT WORM, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/O1/2023 Approval Spec No. Classification Manufacturer NlodO No. N.tiorial Sp,, Concrete (Cm tinned) 9/9/2022 03 30 00 Mix Design City Concrete Company 30HA25II 3000 psi Concrete for Rip -Rap 9/9/2022 03 30 00 Mix Design City Concrete Company 30HA20II 3000 psi Concrete Mix for Blocking, Sidewalks, Flatwork, Pads 9/9/2022 03 30 00 Mix Design City Concrete Company 45NG25II 3600 psi Concrete Mix for Drilled Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design City Concrete Company 50QG25II 3600 psi Slurry Displaced Drilled Shaft 9/9/2022 03 30 00 Mix Design City Concrete Company 45NA20II 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design City Concrete Company 36LA2011 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design City Concrete Company 36JAOOIJ 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design City Concrete Company 40LA2011 4000 psi Concrete Mix for Storm Drain Structures 11/16/2022 03 30 00 Mix Design City Concrete Company CLNG25II 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations 5/5/2023 03 30 00 Mix Design City Concrete Company CCNA25OAG 3600 psi Concrete for Drilled ShaftsLighting and Traffic Signal Foundations 5/5/2023 03 30 00 Mix Design City Concrete Company CSSQA25OAG 3,600 psi Concrete for Slurry Displacement Shafts, Underwater Shafts 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 9/9/2022 0334 13 Mix Design Cow Town Redi Mix 9 70 psi Flowable Fill - CLSM 9/9/2022 0334 13 Mix Design Cow Town Redi Mix 9-5-2 70 psi Flowable Fill - CLSM 9/9/2022 0334 13 Mix Design Cow Town Redi Mix 220-8 50 psi Concrete Mix for Flowable Fill - CLSM 9/9/2022 0334 13 Mix Design Cow Town Redi Mix 320-8 50 psi Concrete Mix for Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 230-8 750 psi Concrete Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 330-58 750 psi Concrete Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-1 3600 psi Concrete Mix for Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-2 3600 psi Concrete Mix for Box Culverts, Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 264-N 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 366 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 265 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370-NC 4500 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370-INC 5000 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 375-NC 5000 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 267 4200 psi Concrete Mix for Manholes and Drainage Structures 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 270 5000 psi Concrete Mix for Cast -in -Place Box Culverts 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370 5000 psi Concrete Mix for Cast -in -Place Box Culverts 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-2 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 257 3600 psi Concrete mix for Valley Gutters 11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 34 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi Concrete Mix for Machine Placed Paving 9/9/2022 35 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-LP 3000 psi Concrete Mix for Curb & Gutter 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355-LP 3000 psi Concrete Mix for Curb & Gutter 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255 3500 psi Concrete Mix for Flatwork, Inlets, Thrust Blocking Concrete Encasement 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365-STX 4000 psi Concrete for Bridge slabs, top slabs of direct traffic culverts, approach slabs 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 357 3600 psi Concrete Mix for Valley Gutters 6/21/2023 03 30 00 Mix Design Cow Town Redi Mix 360-DS 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundation 1/18/2023 03 30 00 Mix Design Cow Town Redi Mix 380-NC 4500 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures 9/9/2022 03 30 00 Mix Design GCH Concrete Services GCHVS 4000 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete for Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-056PS5D5 4000 psi Concrete Machine Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-161UV5DM 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-IOMQS50N 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 4/7/2023 03 30 00 mix Design Ingram Concrete & Aggregates IOLQS50N 3,600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Holcim - SDI, Inc. 1551 3000 psi Concrete Mix for Blocking FORT WORM, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/01/2023 Approval Spec No. Classification Manufacturer Moh,l No. N.ti-al Sp,, Concrete(Con hued) 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 5177 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1261 3000 psi Concrete Mix for Sidewalks 9/9/2022 4 30 00 Mix Design Holcim - SOR, Inc. 2125 4500 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1701 4000 psi Concrete Mix for Storm Drain Structures, Sanitary Sewer Manholes, Junction Box 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 5409 4000 psi Concrete Mix for Sidewalks, Inlets 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 5507 4500 psi Concrete Mix for Hand Placed Paving 12/15/2022 3 30 00 Mix Design Holcim - SOR, Inc. 3741 100 psi concrete for flowable fiIVCSLM 9/9/2022 04 30 00 Mix Design Holcim - SOR, Inc. 5017 200 psi Concrete for Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 9600 3600 psi Concrete for Drill Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1851 4500 psi Concrete for Stem Drain Structures, Hand Placed Paving 12/5/2022 4 30 00 Mix Design Holcim - SOR, Inc. 1822 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1859 4000 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 4/7/2023 03 30 00 Mix Design Liquid Stone C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways. 4/27/2023 03 30 00 Mix Design Liquid Stone C361 DNFA 3,600 psi Concrete for Retaining wall, driveway, junction box apron, approach 4/7/2023 03 30 00 Mix Design Liquid Stone C361 DHR 3,600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations 1/24/2023 03 30 00 Mix Design Liquid Stone C451 DHR-A 4500psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta D9490SC 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta P2131214 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2131314 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2141224 4,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2141024 4,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2136224 3,600 psi Concrete for Curb Inlets 9/9/2022 03 30 00 Mix Design Martin Marietta R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blocking & Encasement 9/9/2022 03 30 00 Mix Design Martin Marietta FLOW25A 50 psi Concrete for Flowable Fill/CLSM 9/9/2022 03 30 00 Mix Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls 9/9/2022 03 30 00 Mix Design Martin Marietta R2146333 3,600 psi Concrete for Manholes, Inlets & Headwalls, Concrete Encasement 9/9/2022 03 30 00 Mix Design Martin Marietta R21412304,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 9/9/2022 03 30 00 Mix Design Martin Marietta R2146035 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 9/9/2022 03 30 00 Mix Design Martin Marietta R2146335 4,500 psi Concrete for Hand Placed Paving, Inlets, Storm Drain Structures 11/2/2022 32 13 13 Mix Design Martin Marietta Q214IN27 4,000 psi Concrete for Machine Placed paving 11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4,000 psi Concrete for Machine Placed Paving 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4,500 psi Concrete for Hand Placed Paving 11/15/2022 33 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving 11/15/2022 34 13 13 Mix Design Martin Marietta R2146P36 4,500 psi Concrete for Hand Placed Paving 11/2/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 / 6.11 sacks / 4,500 psi concrete for Hand Place Paving, Inlets, Manholes, Headwalls 11/2/2022 32 13 13 Mix Design Martin Marietta R2146K34 4,000 psi Concrete for Inlets, Manholes, Headwalls 11/2/2022 32 13 13 Mix Design Martin Marietta R2141N24 4,000 psi Concrete for Sidewalks and Ramps 11/2/2022 32 13 13 Mix Design Martin Marietta R2141K24 4,000 psi Concrete for Junction Boxes, Sidewalks and Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2146038 4,500 psi Concrete for Inlets, Storm Drain Structures 9/9/2022 03 30 00 Mix Design Martin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets 9/9/2022 03 30 00 Mix Design Martin Marietta R2146042 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2146242 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2146236 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta D9493SC 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving 4/l/2023 32 1320 Mix Design Martin Marietta R2136N14 / 5.00 sacks / 3,000 psi concrete for Sidewalks 4/l/2023 03 30 00 Mix Design Martin Marietta R21461`33 / 6.01 sacks / 4,000 psi concrete for Bridge Deck 4/l/2023 03 30 00 Mix Design Martin Marietta R2146033 4,000 psi Concrete for Riprap 4/7/2023 32 1320 Mix Design Martin Marietta R2136K14 3,000 psi concrete for sidewalks and ramps 4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6,000 psi (3,000 psi @ 24 Ins.) for HES Paving 4/l/2023 03 30 00 Mix Design Martin Marietta 310LBP 3,600 psi Concrete for Retaining Walls 5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37/6.22 sack / 4,500 psi Concrete for Hand Placed Paving 4/1/2023 03 30 00 Mix Design Martin Marietta R2141030 4,000 psi Concrete for Riprap FORT WORM, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/O1/2023 Approval Spec No. Classification Manufacturer Nlodd No. N.ti—al Sp,, Concrete(Con hued) 5/3/2023 03 30 00 Mix Design Martin Marietta M7842344 4,000 psi Concrete for Bridge Deck 6/l/2023 32 1320 Mix Design Martin Marietta R2136R20 3,000 psi Concrete for Sidewalks and Ramps 6/l/2023 32 1320 Mix Design Martin Marietta R2136N20 3,000 psi Concrete for Sidewalks and Ramps 6/27/2023 03 30 00 Mix Design Martin Marietta U2146N41 / 6.44sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Traffic Signal Foundations 6/27/2023 03 30 00 Mix Design Martin Marietta U2146K45 / 6.65 sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Trafic Signal Foundations 8/4/2023 03 30 00 Mix Design Martin Marietta U2146R41 / 6.44 sacks / 4,500 psi Concrete for Drilled Piers/Light Pole bases. 8/4/2023 03 30 00 Mix Design Martin Marietta R2136R14 / 5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps 8/4/2023 32 1320 Mix Design Martin Marietta R2141R24 / 5.53 / 4,000 psi Concrete for Junction Box, Box Culvert, Sidewalks and Ramps. 8/4/2023 03 30 00 Mix Design Martin Marietta R2146R35 / 6.11 / 4,500 psi Concrete for Inlets, Manholes, and Headwalls 8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 / 6.17 / 4,500 psi Concrete for Hand Placed Paving 8/30/2023 03 30 00 Mix Design Martin Marietta R2141R30 / 5.85 SK / 4,000 psi Concrete for Box Culverts & Headwalls 8/4/2023 32 13 13 Mix Design Martin Marietta Q214IR27 / 5.69 sacks / 4,000 psi Concrete for Machine Placed Paving 11/20/2023 03 30 00 Mix Design Martin Marietta R2146R33 / 6.01 Sacks / 4,000 psi Concrete Mix for CIP Sewer Manholes 11/20/2023 03 30 00 Mix Design Martin Marietta R2146K33 / 6.01 Sacks / 4,000 psi Concrete Mix for CIP Sewer Manholes. 9/9/2022 32 1320 Mix Design NCS Redi Mix NCS5020A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks 9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-YY 3000 psi Concrete Mix for Curb Inlets 9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-NY 3000 psi Concrete Mix for Curb Inlets 9/12/2023 03 30 00 Mix Design NBR Ready Mix CLS PI-YY / 6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culverts 10/4/2023 03 30 00 Mix Design NBR Ready Mix CLS A-YY / 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 10/4/2023 03 30 00 Mix Design NBR Ready Mix CLS A -NY/ 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY / 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF -NY 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY / 6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY / 6.50 Sacks / 4,500 psi Concrte for Hand Placed Paving 10/4/2023 0334 13 Mix Design NBR Ready Mix FTW FLOW FILL / 150 psi concrete for Flowable 7/10/2023 03 30 00 Mix Desing Osborn 30A50MR / 5 SK / 3,000 psi Concrete for Sidewalks 7/10/2023 32 13 13 Mix Design Osborn 45A60MR / 6 SK / 4,500 psi Concrete for Hand Placed Paving 1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi Concrete for Hand Placed Paving 1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalks, Approaches, ADA Ramps 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi Concrete for Strom Drain Structures 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5320A 3000 psi Concrete for Blocking 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps 9/9/2022 03 30 00 Mix Design Redi-Mix DCA2E554 3000 psi Concrete Mix for Rip Rap 9/9/2022 03 30 00 Mix Design Redi-Mix VOJ11524 3000 psi Concrete Mix for Curb & Gutter 9/9/2022 0334 13 Mix Design Redi-Mix FOC 10021 215 psi Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Redi-Mix 1OJ11524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Redi-Mix 1OJ11504 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Design Redi-Mix 1OL11504 / 6.00 Sacks / 4,000 psi Concrete Mix for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & Junction Boxes 9/9/2022 03 30 00 Mix Design Redi-Mix 1OL11524 / 6.00 Sacks / 4,000 psi Concrete Mix Manholes, Inlets, Junction Boxes, Headwalls 9/9/2022 03 30 00 Mix Design Redi-Mix 1RJ11524 3500 psi Concrete Mix for Thrust Blocks, Valve Pads 9/29/2022 03 30 00 Mix Design Redi-Mix IOL21524 4000 psi Concrete Mix for Manholes 9/9/2022 03 30 00 Mix Design Redi-Mix 15611524 4000 psi Concrete Mix for Cast -in -Place Storm Drain Structures 9/9/2022 03 30 00 Mix Design Redi-Mix 1OL115E4 3600 psi Concrete Mix for Bridge substructures 9/9/2022 03 30 00 Mix Design Redi-Mix 156115D4 4000 psi Bridge Slabs 9/9/2022 0334 13 Mix Design Redi-Mix F35238VN 100 psi Flowable Fill - CLSM 9/9/2022 0334 13 Mix Design Redi-Mix FOD138VM 100 psi Flowable Fill - CLSM 9/9/2022 0334 13 Mix Design Redi-Mix 1OJ11554 3000 psi Concrete Mix for Rip -Rap 9/9/2022 03 30 00 Mix Design Redi-Mix POG138K9 1000 psi Concrete Mix for Trench Repair Base Material 9/9/2022 03 30 00 Mix Design Redi-Mix 1OK11524 3600 psi Concrete Mix for Encasement 9/9/2022 03 30 00 Mix Design Redi-Mix 1ON11507 4500 psi (2600 psi @ 24 hrs.) Concrete Mix for HES Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 1ON11504 5000 psi (3600 psi @ 2 days) Concrete Mix for HES Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 50KI1524 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 1OM115D4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 9/9/2022 03 30 00 Mix Design Redi-Mix 1OM11524 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 1OM11504 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 11/2/2022 03 30 00 Mix Design Redi-Mix 145P25P4 4500 psi Concrete for Storm Drain Structures 12/5/2022 03 30 00 Mix Design Redi-Mix 1OK115C4 3500 psi Concrete for Thrust Blocks, Valve Pads 12/5/2022 03 30 00 Mix Design Redi-Mix 156115C4 4000 psi Concrete for CIP Storm Drain Structures 12/5/2022 03 30 00 Mix Design Redi-Mix 1OL115C4 3600 psi Concrete for Manhole, Inlet, Junction Box, Headwall 5/15/2023 03 30 00 Mix Design Redi-Mix 80LI15135 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 5/15/2023 03 30 00 Mix Design Redi-Mix 1ON115D6 Slurry Displacement Shafts, Underwater Drilled shafts 9/9/2022 0334 13 Mix Design SRM Concrete 30000 3,000 psi Concrete for Sidewalks and Ramps, Curb & Gutter 9/9/2022 0334 13 Mix Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Retaining Wall, Collars 9/9/2022 03 30 00 Mix Design SRM Concrete 35023 3,600 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design SRM Concrete 40068 3,600 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design SRM Concrete 45000 4,500 psi Concrete for Hand Placed Paving FORT WORM, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/O1/2023 Approval Spec No. Classification Manufacturer Model No. National Spec Concrete(Con hued) 9/9/2022 03 30 00 Mix Design SRM Concrete 45300 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design SRM Concrete 40326 4,500 (3,00 (& 3-days) psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design SRM Concrete 35022 3,600 psi Concrete for Junction Box, Retaining Walls 9/9/2022 03 30 00 Mix Design SRM Concrete 30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thrust Blocks, Curb and Gutter, Driveways, Barrier Ramp 2/10/2023 03 30 00 Mix Design SRM Concrete 50310 5,000 psi Concrete for HES Paving 1/13/2023 32 13 13 Mix Design SRM Concrete 45023 4,500 psi Concrete for Hand Placed Paving 5/5/2023 03 30 00 Mix Design SRM Concrete DI00008553CB 4,000 psi Concrete for Bdridge Approach Slab, Deck Slab 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW60AHP 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020AHP 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW7520AMR 4500 (3000 psi 3-days) psi Concrete HES Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6520AMR 4500 (3000 psi 3-days) psi HES Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5520AMP 3600 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5320A 3000 psi Concrete Mix for Blocking 9/9/2022 0334 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable Fill - CLSM 9/9/2022 0334 13 Mix Design Tarrant Concrete FWFF275 50-150 psi Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020A2 4000 psi Concrete Mix for Storm Drain Structures 10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW6025A2 4000 psi Concrete for Manholes 10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Titan Ready Mix 3020AE 3000 psi Concrete for Sidewalks 9/9/2022 03 30 00 Mix Design Tarrant Concrete CP5020A 3000 psi Concrete Mix for Curb and Gutter 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp 9/9/2022 03 30 00 Mix Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 270.230 5000 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.2301 3000 psi Concret Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2302 4000 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0255.2301 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2301 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0265.2301 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving 11/30/2023 32 13 13 Mix Design Wildcatter Redi-Mix 3620AI / 6.00 Sacks / 3,600 psi Concrete Mix for Machine Placed Paving 11/20/2023 32 13 13 Mix Design Wildcatter Redi-Mix 4520AI / 6.50 Sacks / 4,500 psi Concrete Mix for Hand Placed paving 11/20/2023 03 30 00 Mix Design Wildcatter Redi-Mix 3020AI / 5.00 Sacks / 3,000 psi Concrete Mix for Sidewalks and Inlets 11/30/2023 03 30 00 Mix Design Wildcatter Redi-Mix 4020AI / 6.00 Sacks / 4,000 psi Concrete Mix for Sidewalks and Inlets 9/9/2022 03 30 00 Mix Design Wise Redi Mix 3678 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations Ab It Paviu 1= 9/9/2022 322 16 Mix Design Austin Asphalt F175D137965 PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design Austin Asphalt DA513135965 PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B 117965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FFIBI39965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1901D PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B PG64-22 Type B Fine Base 11/20/2023 32 12 16 Mix Design Reynolds Asphalt 2101D PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design Surmount Paving 341DV6422 PG64-22 Type D Fine Surface 11/26/2022 32 12 16 Mix Design Surmount Paving 340DV6422 PG64-22 Type D Fine Surface 12/5/2022 33 12 16 Mix Design Surmount Paving 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Surmount Paving 341-BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757) PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 222475 (1857) PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design TXBIT 29-222475-19 PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design TXBIT 1-222475-20 PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG70-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design TXBIT 12-222475-19 PG64-22 Type D Fine Surface Detectable Warni Surface 9/9/2022 32 1320 DWS - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 9/9/2022 32 1320 DWS - Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers 9/9/2022 32 1320 DWS - Composite Engineered Plastics, Inc. (Williamsville, I Annor Tile 9/9/2022 32 1320 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver 4/7/2023 32 1320 DWS - Pavers ADA Solutions (Wilmington, MA) Detectable Warning Pavers FORT WORM, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/01/2023 Approval Spec No. Classification Manufacturer Model No. National Spec Silicone Joint Sealant 9/9/2022 132 1373 Joint Sealant Dow 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Tremco 900SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 132 1373 Joint Sealant Pecom 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 132 1373 Joint Sealant Crafco RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 Utifl Trench Embedment Sand 9/9/2022 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dot Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dot Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 9/28/2018 3305 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 (Size - **24" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Cover Neenah Foundry NF-1274-T91 (Size - 32" Dial ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged) (Size - 32" Dial ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frame Neenah Foundry NF-1930-30 (Size - 32.25" Dial ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-HV (Size - 32" Dial ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Covers SIP Industries ++ 2279ST (Size - 24" Dial ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Covers SIP Industries ++ 2280ST (Size - 32" Dial ASTM A48 AASHTO M306 10/8/2020 3305 13 Manhole Frames and Covers EJ ( FormaOy East Jordan Iron Works) EJ1033 Z2/A (Size - 32.25" Dia.) ASTM A536 AASHTO M306 **Note. All new development and new installation manhole lids sha I meet the minimum 30-inch opening requirement as specified in City Specifuadon 33 0513. Any smaller opening sizes will only be allowed Jor existing manholes that require replacement frames and covers. FORT WORM, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval Spec No. STANDARD PRODUCTS LIST AS OF 12/01/2023 Classification Manufacturer Modd No. National Spec Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Fmt=a FRT-lOx3405-PRECAST** (Size - 10' X 3) ASTM C913 10/8/2020 33 49 20 Curb Inlets Fortemra FRT-lOx3406-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fortemra FRT-lOx4.5407-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fortemra FRT-lOx4.5420-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT4X4-409-PRECAST-TOP (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-TOP (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-TOP (Size - 6' X 6') ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6') ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-IOX3-405-PRECAST INLET** (Size - 10' X T) ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X T) ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG4X4-408-PRECAST INLET (Size - 4' X 4') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6') ASTM 615 8/28/2023 3349 10 Manhole Oldcastle Precast Tx 4' Stacked Manhole (Size - 4' X 4') ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast Tx 4' Storm Junction Box (Size - TX T) ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8� ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8� ASTM C478 8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - TX T) ASTM C433 8/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x T Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 **Note: Pre -cast inlets are appoved for the stage I pardon of the structure (basin) only. Stage I! portion of the structure are required to be cast in place. No exceptions to this requirement shall be allowed. Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 3341 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS His Storm Polypropylene (PP) Pipe (Size - 12" - 60") ASTM F2881 & AASHTO M330 8/28/2023 3349 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 2 1 " or larger) ASTM C76, C655 8/28/2023 3349 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various) ASTM C789, C850 10/12/2023 3341 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/12/2023 3441 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various)) ASTM C1433,C1577 10/18/2023 3541 10 Storm Drain Pipes The Turner Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/18/2023 3641 10 Culvert Box The Turner Co. Reinforced Concrete Box Culvert (size - Various) ASTM C 1433,C1577 FORT WORTH® Note: All water or CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 1S inch diameter shall be approved for use by the Water basis. Special bedding may be required for some Updated: 03/07/2023 Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) ' ` 07/23/97 33 05 13 Urethane Hydrophilic Watcrstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/1)792 04/26/00 33 05 13 Offset Joint for 4' Dim. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System er - MTanriors & Bases/Fiberelass 33-39-13 (1/8/13 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Floayme ASTM 3153 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area 1 EI Water & Sewer - Manholes & Bases/Frames & Covers/Rectammlar 33-05-13 (Rev 2/3/16) 1 33 05 13 IManholc Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 3305 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 3305 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASFITO M306.04 30" Dia. I 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 3305 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSFITO MI 05 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lack .111111 33 OS 13 30" Dia. MH Ring and Cover Composne Access Producs, L.P. w/o Hmg 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05M� 2/3/1� 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accuc rst RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Scrampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. wer - Manholes & Bases/Precast Concrete 11ev 1/8/13 33 39 10 Manhole, Precast Concrete Hydra Conduit Corp SPL Item 449 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 10/27/06 33 39 10 Manhole, Precast Concrete Oldeastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Dim w 24" Ring 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" I 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" ASTM C-478; ASTM C-923; 03/07/23 1 33 3920 Manhole. Precast Concrete I AmeriTex Pipe and Products. LLC 1 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 04/28/07 1 IManholc, Precast (Reinforced Polymer) Concrete I Amitech USA I Meyer Polycrete Pipe Eater & Sewer - Manholes & Bases/Rehab Svstems/Cementitious E1-14 Manhole Rehab Systems Quadex 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. Relmer MSP E1-14 Manhole Rehab Systems AP/M Permaform 4120101 E I-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 EI-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approv pec No./ IManufacturer Model1. National Spec Water &Sewer - an o es Bases/Rehab Svstems/NonCementitious ` 05/ 00/96 E1-14 Manhole Rehab Systems Sprayroa, Spray Wall Polyurethane Coating ASTM D639/D790 I 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only I01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications » v�33 ..v�i-rice" _P ay ol loull- x `Structures 03/19/18 I 39 20' Coating for Corrosion orotection(Exterim) Sherwin Williams Grade (Asohatic Emulsion) Onlv I 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. I * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. I I * 3305 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. I I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. I I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia I I 7111 ati arer & Sewer - Pine Casine Spacers 33-05-24 (07/01/13). I 04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI IO2/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI I04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers I09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" I09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Caam Spacers Up to 48" I 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainleas Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 I Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) I * 3311 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 3" thou 24" OS/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thin 30" 08/24/18 33 11 10 Ductile Icon Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 4" thin 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 I Water & Sewer - Utility Line Marker (08/24/2018) I I ewer - Coatinss/EDoxv 33-39-60 (01/08/13) I 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 21 ORS LA County 9210-1.33 I 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertcch 2030 and 2100 Series I I 04/14/05 Interim Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only I I01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications I I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I I Sewer - Coatings/Polvurethane I I I Sewer - Combination Air Valves I I 05/25/18 I 33-31-70 Air Release Valve A.R.I. USA, Inc. D121LTP02(Compwite Body) 2" I I Sewer - PiDes/Concrete I I E I-04 Conc, Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 I E I-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 I IE I-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item ASTM C 76 I IE I-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 I I Sewer - Pine Enlargment Svstem (Method)33-31-23 (01/18/13). I PIM Corporation Polyethylene PIM Corp., Fiscal, Way, N.J. Approved Previously �Plmswim McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously I TRS Systems Treachless Replacement System Polyethylene Calgary, Canada Approved Previously I I Sewer - PiDe/Fibers aTI ss Mnforced/ 33-31-13(1/8/13) I Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 I 7/21 /97 33 31 13 Cent. Cast Fiberglass (FRP) I 03/22/10 333 13 Fiberglass It,. (FRP) Ameron Bondstrand RPMP Pipe AST-.3262-3154 I 04/09/21 33 31 13 Glass -Fiber Reinforced Polviner Pipe FRP Thompson Pie Group Thompson Pipe Flowtite ASTM D3262/D3754 03/07/23 3331 13 Fiberglass Pioe (FRP) Future Pine Industries Fiberstron¢ FRP ASTM D3212. ASTM D3681. ASTM D4161. AW WA M45 Sewer - PiDe/Polvmer Pipe 4/14/OS Polvmer Modified Concrete Pioe Amnech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" tp 1112", Class V I06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pioe ASTM C-76 I I I �PiDes/HDPE 33-31-23(1/8/13) * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a proiect specific basis. Special bedding maybe required for some I ' ihdsity polyethylene pipe Phillips Driswpipe, Inc Opticore Ductile Polyethylene Pipe ASTM D 1248 8" I * High-denstty polyethylene pipe �'I'ii�gh_d_msitv PIexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" polyethylene pipe CSR Hydro CondmUPioelme Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-1� DR -Id PVC Pressure Pipe Apelife Jetstream PVC PressurePipe AWWA C900 4"thin 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thin 12" 33-31-20 PVC Sewer Poe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 01/18/18 33-31-20 PVC Sewer Pipe 11/11/98 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 09/11/12 33-31-20 PVC Sewer 05/06/05 33-31-20 , PVC Sohd Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 1 3/19/2018 33 3120 PVC Sewer Pipe 1 3/19/2018 33 3120 PVC Sewer Pre 1 3/29/2019 33 3120 Gasketed Fittings (PVC) 1 10/21/2020 33 3120 PVC Sewer Pipe 1 10/22/2020 33 3120 PVC Sewer Pipe 1 10/21/2020 33 3120 PVC Sewer Pipe P 33-31-12 1 * Cured in Place Pipe 05/03/99 Cured in Place Ape 05/29/96 Cured in Place Pipe Sewer - Pipes/Rehab/Fold & Form Fold and Form Pi 11/03/98 Fold and Form Pipe Fold and Form Pipe 12/04/00 Fold and Form Pipe 06/09/03 Fold and Form Pipe Sewer - PIDes/ODen Profile Large Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed 09/26/91 E100-2 PVC Sewer Pipe, Ribbed E100-2 PVC Sewer Pipe, Ribbed 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall 05/16/11 Steel Reinforced Polyethylene Pipe * From Original Standard Products List 1-M Manufacturing Co., Inc. (JM Eagle) Diamond Plastics Corporation Lamson Vylon Pipe Vinyltech PVC Pipe Diamond Plastics Corporation J-M Manufacturing Co, Inc. (JM Eagle) P,qq life Jet Stream Diamond Plastics Corporation Harco Plastic Trends, Inc.(Westlake) Pipelife Jet Stream Pipelife Jet Stream GPK Products, Inc. NAPCO(Westlake) Sanderson Pipe Com. NAPCO(Westlake) Insimfrrm Texark, Inc National Envirotech Group Remolds Inc/Inliner Technolgy (Inliner USA) Cullum Pipe Systems, Inc. Insimfimm Technologies, Inc. American Pipe & Plastics, Inc. Ultralmer Miller Pipeline Corp. Lamson Vylm Pipe Extrusion Technologies, Inc. Up -or ETI Company Advanced Drainage Systems (ADS) Advanced Drainage Systems (ADS) C-Tech Construction Products SDR-26 SDR-26 Gravity Sewer "S" Gravity Sewer Pipe SDR 26/35 PS 115/46 SDR-26 and SDR-35 SDR 26/35 PS 115/46 SDR-26 and SDR-35 Gasket Fittings Gasketed PVC Sewer Main Finings SDR 35 SDR 26 SDR 26 SDR 26 SDR 26 SDR 26/35 PS 115/46 National Liner, (SPL) Item #27 Inliner Technology Insim "NuPIpe" Ultralmer PVC Alloy Pir eliner EX Method Carlon Vylon H.C. Closed Profile Pipe, Ultra -Rib Open Profile Sewer Pipe SaniTite HP Double Wall (Corrugated) SmuTne HP Triple Wall Pipe Durmaxx ASTM D 3034 ASTM D 3034 ASTM F 789 ASTM D3034 ASTM F 679 ASTM F 679 ASTM F-679 ASTM F-679 ASTM D-3034, D-1784, etc ASTM D 3034 ASTM F679 ASTM D3034 ASTM D3034/F-679 ASTM D3034 ASTM D3034 ASTM F-679 ASTM F 1216 ASTM F-1216/D-5813 ASTM F 1216 ASTM F-1504 ASTM F-1504, 1871, 1867 ASTM F-1504, F-1947 ASTM F 679 ASTM F 679 ASTM F 2736 ASTM F 2764 ASTM F 2562 4" - 15" 4" thin 15" 4" thin 15" 4" thin 15" 18" to 27" 18" - 28" 18" 18" to 48" 4" - 11" 18"- 24" 4"- 15" 4"- 15" 4" - 15" 4"- 15" 18"- 36" Demo. Purpose Only Up to 18" diameter 18" to 48" 18" to 48" 24"-30" 30" to 60" 24" to 72" CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approval Spec I on 1W Manufacturer Model1. National Spec Water - Aoour�enancesgig -10 (07/Ol/13) Ol/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2"SVC, up to 24 "Pipe 08/28/02 Double Strap Saddle Smith Blair 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Stra Service Saddle Mueller Company DR2S Double SS Stra DI Saddle AWWA C800 W 1"-2" SVC, u to 24" Pipe 03/07/23 33-12-10 Double Soup Service Saddle Powerseal 3450AS, Inc. Corp. Stop, Dbl Spur, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1 h" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. -2-7-L AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 1111018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, Bt 1-444-WR- 1111018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I " 13-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 1111.1. 33-12-1. Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 V, 01/26/00 Coated Tapping Saddle with Double SS Straps 1CM Industries, Inc. 4406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) 1CM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) 1CM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-1" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Roma, FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Ronnie SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 r Water - Combination Air Release 33-31-70 (01/08/13) 1 E I -I I Au Release Valve GA Industries, Inc. Empve Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" &W21' * EI-11 [ourbiration ombmation Ar Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" EI-11 ombination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water 4WRarrel Fire Hvdrant 10/Ol/87 E-1-12 Dry Barrel Fire Hydrant American -Darting Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 0.1.7 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 t0/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion tur AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer W1367 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 I 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approval IModel INational Water -Pines/PVC(Pressure Waterl33-31-70(01/08/13) J& MEL M` —AL I 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 V-12" I I 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" I I 3/19/2018 3311 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" I I 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" I 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacnrring Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ° 16"-24" 9/6/2019 3311 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Weatlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"-12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" I Water - PinesNalves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) I 77/1/107/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Finings AW WA C153 & C110 I * EI-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittiq @ AWWA C 110 I * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Unlmes Division Mechanical Joint Finings, SSB lass 350 AWWA C 153, C 110, C III I 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Finings, SSB Class 351 AWWA C 153, C 110, C 112 I 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Finings AWWA C153 4"-12" I 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uno-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" I 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" to 24" I 11/09/04 E1-07 Ductde Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" I I 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA C111/C116/C153 4" to I" I I 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, hic. Megalug Series 2000 (for PVC Pipe) AWWA C111/C116/C153 4" to 24" I I 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA C111/C153 4" to 10" I I 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" I I 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" I I 08/10/98 E1-07 MJ Fiffir IP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" I I 10/12/10 E1-24 Interim Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" I I 08/16/06 E1-07 Mechanical Joint Fittings SIP Ind-nies(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stmgrip Series 3000 ASTM A536 AW WA CI I I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-11 Mechanical Joint Remmer Glands SIP Industries(Seramnore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Sersmpore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Sersmpore) �` vuP J V11i. nn, oa;,t,�V7 nGLL �V1 �J°✓ ASTM A536 AW WA CI11 16"-24" I Water - Pioes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15). I Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seeded GV AWWA C509 4" to 12" I I01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" I I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36', C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) l l/30/12 Resilient We Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Nola 3) 05/08/91 E1-26 Resilient Seat Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" I EI-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Meinesea1250, regwremerts SPL #74 3" to 16" 11/16/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ F1owMa uer Gat. Valve & Boxes 08/24/18 I Mateo Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" I * From Original Standard Products List FORT WORTH® Note: All water or CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 1S inch diameter shall be approved for use by the Water basis. for some Updated: 03/07/2023 I * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * E1-30 Rubber Seated ButterFly Valve Mueller Co. AW WA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dozurik Valves Co. AW WA C-504 24" and larger 06/12/03 E1-30 Valmatm American Butterfly Valve Valmanc Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated ButterFly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" Water�ne Encasement 33-11-10 (01/08/13) O1/12/OS EI-13 Polyethylene Encasment Flossol Packaging Fulton Enterprises AW WA C105 8 mil LLD 05/12/05 EI-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD Water - SamDUnt= Station 03/07/23 33 12 50 Water Sam lin Station I Eclipse Number 88, 12-inch Depth of Bur As shown in spec. 33 12 50 OW21121) Water - Automatic Flusher Automated Flushing System Mueller Hydrogaud HG2-A-IN-2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupf le Foundry Company Eclipse #9800we 04/09/21 Automated Flushing System Kupf le Foundry Company Eclipse 99700 (Portable) * From Original Standard Products List