Loading...
HomeMy WebLinkAboutContract 61644-PM1CSC No. 61644-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Babers Manor Proposed Lot 1, block 33 Eastwood Addition. Water, Sanitary Sewer, Paving, and Lighting Improvements IPRC Record No. IPRC 24-0053 City Project No.105482 FID No. 30114-0200431-105482-EO7685 X File No. 28123 Mattie Parker Mayor David Cooke City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth 2024 r t 0 Carrillo Engineering Carrillo Engineering LLC - Texas Registration Firm F-15893 CE No. 18-131-001 /1 *ANNA L CARRILLO. 08-13-2024 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 0010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 1 00 11 13 hwitatien to Bidders (0n1 y ; f r/,tV r' y .,&ei4i ed; the (wise , fnit), 0021 13 last .,e Piers to Bidders (Only if .,&ei4i , Last Revised 03/20/2020 03/20/2020 00 41 00 publiely ed; other -wise emit), Bid F,.fm (Only ;f..,,bliely advertised; otherwise , omit) 04/02/2014 00 42 43 Proposal Form Unit Price (Use DAP Version) 05/22/2019 00 43 1 04/02/2014 0045 11 Bidders Pr-eq talifieeAian's (Optional), 04/02/2014 0045 12 Prequalification Statement (Use DAP Version) 09/01/2015 00 45-1-3 Bidder- Pr-egii ifie, ie A....i;,.ation (Optio ,) 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law (Required) 04/02/2014 00 4540 Mmere,.. n„siness Enterprise Goal (if required by City) 08/21/2018 00 52 43 Agreement (As provided by Developer or City's DAP Version) 06/16/2016 00 61 25 Certificate of Insurance (Use actual Accord Form) 07/01/2011 00 62 13 Performance Bond (Use DAP Version) 01/31/2012 00 62 14 Payment Bond (Use DAP Version) 01/31/2012 00 62 19 Maintenance Bond (Use DAP Version) 01/31/2012 00 72 00 General Conditions (Opt , -ah 11/15/2017 00 73 00 Siip.leme,.4a fy Conditions (Optional) 07/01/2011 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects (Required) [Include appropriate Sections below. Strike-thru if not used.] Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 0125-00 tibat;kjn Pr 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 013129 Pr-eje t Meetings (Req ,; ed ao apphc-abk) 07/01/2011 01 3233 Preconstruction Video (Required) 08/30/2013 01 3300 Submittals 08/30/2013 0135 13 Spee a Pr-eje t D,.,,eedtfes 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 6000 Pr -,,"et R oquir-e efAs 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 017000 Mobilization a -ad ca�ylizatie�d ao applic-abLe) 04/07/2014 017123 Genstruetion 9Uk-irg4 d w applicay 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised March 20, 2020 00 0010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03-34-16 Gone -ete Base A iTa* -ia fer- Tfeneh Re 90 00 li-floati�� to &&sting Division 26 - Electrical 26 05 00 kork Ruculto for- Eleetfieal 2605 10 710., el;tie for- Eleetrieal Systems 26 05 33 Raee.. ays and Be es f r >rleetf;,.,.1 Syst , 26 05 43 Under-gr-etiad Dtiet0 and Rue -ways fer- Eleetfieal Syst 26 05 50 ✓ommur�eafi as NI-tilti Dtiet r,,ndtt t Division 31- Earthwork 31 1000 Site Clearing 31 23-1-6 Unvlwci fie Elxe..�va . 23 23 Beffew 3124-00 TE nbar.kme-fits 31 25 00 313600 3,� Erosion and Sediment Control Gabiens Ripr-ap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair Z'� 3'�9 Temper-afy 1cnhalt Paves tune n n epai -112 1123 -ete Pa.y Fle*ible Base Ge -ses 3 11 2A, Limo Tre Boa Base r 3 11 3- Cement Trea4ea Base Geti.�o� CCtab lize 321137 32 12 16 Liquid ,i T- fea4e Soil f Asphalt Paving It r 321273 32 13 13 Asphalt Pa.yiflg -aek Sealants 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 3'� '�6 auk -1,knit Paving 321725 Gur-b Ad Painting 3 ] 13 Chain > anew and r e 323126 Wire > ones and r 4e 32 ] 21.E Weed > ones and Gates 32 32 13 Cwt in Place G ete Retaining Wa Last Revised 12/20/2012 12/20/2012 02/02/2016 12/20/2012 12/20/2012 12/20/2012 12/20/2012 11 /22/2013 12/20/2012 12/20/2012 07/01 /2011 02/26/2016 12/20/2012 01/28/2013 01/28/2013 01/28/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 08/21/2015 12/20/2012 12/20/2012 12/20/2012 06/05/2018 12/20/2012 12/20/2012 10/05/2016 11 /22/2013 11 /04/2013 12/20/2012 12/20/2012 12/20/2012 06/05/2018 CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised March 20, 2020 00 0010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 13 Trees aid Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 330131 3303 10 33 04-10 33-04-11 3304-12 33-04-30 33 04-40 3304 50 3305 10 3305 12 3305 13 33 n�0 Sewer and Manhole Testing rlesed Gifen t Television (GGTV) inspe.tion Bypaoo N-- n. p;ng of Existing Sewer- Syste joint Ben i~R ~a E1 ,Yical Iodatian C,,,...esien Gentfe1 Test Stations >\,r.,g esiti Anode Ga odic Prot Qoaning and A eeepta-a e Testing o W4ef Mains Gleaning e f Sewef Mains Utility Trench Excavation, Embedment, and Backfill Water- Line e r , , e fing Frame, Cover and Grade Rings — Cast Iron l ,.amen Cove,- a- d Gr- o Ringo Gempesite Valve Other- Stmetefes to 12/20/2012 03/03/2016 12/20/2012 12/20/2012 12/20/2012 12/20/2012 07/01 /2011 02/06/2013 12/20/2012 12/12/2016 12/20/2012 01/22/2016 01/22/2016 33--93-44 and GFade 12/20/2012 3305 16 r, .,rote Water- Vaults 12/20/2012 3305 17 Concrete Collars 12/20/2012 330520 12/20/2012 330521 T,,,...el Liner- or Plate 12/20/2012 330522 Stool Casing -Ripe 12/20/2012 330523 Hand T,,meling 12/20/2012 33 05 24 In7kallation Pipe in Casing or- T„ mel Liner- Plawe 06/19/2013 330526 Utility ity T la fke -s n ,,,..,ter 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Belts, Thr s, and Gasket 12/20/2012 33 44 10 Doet l e lr-e Pipe 12/20/2012 33 11 11 Iilo Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Gonerete-r-esstwe Pipe, Bar- WftVped, Stool Cylinder- Type 12/20/2012 33 11 11 R -ied Stool Pipe a- d Fittings 12/20/2012 33 1210 Water- Serviee , ineh to 2 ; i, 02/14/2017 33 1211 T afge Water- Meters 12/20/2012 33 1220 n es l en4 Seated Gate VaWe 12/20/2012 33 1221 A NVW A n„b be - Seated a„ 4er-fi , Valves 12/20/2012 33 1225 02/06/2013 33 1230 Combination Air- Valve Amo.— Nias for- Potable W.,to. Syste 12/20/2012 33 1240 01/03/2014 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow ffValve Assembly 06/19/2013 33 > 13 Coed in Placo Pipe'; 12/20/2012 33 ] 13 €ibe glam Rai ed Pipe for- r_f&y ty San tafy Sew 12/20/2012 33 > 15 High Density Pelyethylene (14DP ) Pipe &anitar;-&ewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised March 20, 2020 00 0010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 ✓3 V1 21 PolyvinylDanitL\' er 12/20/2012 Pipe 3- > 33 F/anitarj E--a £7.ip L/.r»-,g 12/20/2012 33 V1 " Sanitafy=Sewer Pi" >✓*hifgeffwat 12/20/2012 33 31 50 canna.. Sewef Sefyiee Cofineet ns and Sefy; e T ; 0 04/26/2013 333170 Gorn'Nm�tiia Air- Valve f ,. canna,. Sewef > or-ee Mains 12/20/2012 33-39 40 Cwx ir; P.lae Genefete Manholes 12/20/2012 333920 Pfeeast Geaefe* r,r.,nhol 12/20/2012 33 39 30 Fibefg1ass ra,.nheles 12/20/2012 33 39 40 Wastewater- n eeess Unrabcc ) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 44 10 Reinf ,-ee Gene-ete Stei=F Sewef Pipe/Gt lyet4s 07/01/2011 3- 11 11 High Density Pelyethylene (14DP r) Pipe f ,. Stet..., Dr-a 12/20/2012 3i3 11 12 neinf reed Pel-yet lease �U.' E) Pira 11/13/2015 33 4600 12/20/2012 33-46 01 Slotted S onm Dmins 07/01/2011 33-46 02 d'1i Drains 07/01/2011 33 49 10 rot in Place Manholes and Rinefie~ Bees 12/20/2012 33 4920 r,,,-b a- ,a Drop inlets 12/20/2012 33-49 40 Ston Drainage Head -walls a -a Wing..,,.11s 07/01/2011 Division 34 - Transportation 3 n�0 Tr-af e C;,.araIs 10/12/2015 zn n�oz At4aelimei4 A r ntfollo. Cabinet 12/18/2015 3 n n�02 AttaelimertB Geatr-ell er- Speei fie 4 r 02/2012 34 41 .03 rrttr'kElirixcirt-G Svrcwurc-vpccrizccrcroa 01/2012 3 n�= Te,.. per-afy T .a ffi Signal 11/22/2013 34 41 13 Removing Tr&ffi o &rgnal0 12/20/2012 3 ^�5 Beet ular Rapid Fladhin i} 11/22/2013 3^� ^moo RedoGtrian II;-br-id Signal 11/22/2013 3 ^�0 Read-w Illurnimfien n ssem li 12/20/2012 34 4120.01 Afte ial 1TD Raadw Ljrnimir--s 06/15/2015 3 n ^�002 F-Fee.. ay LED n ,.,,,1-w Lzrninairas 06/15/2015 34 ^�03 Residefftial TFD Raab 1/aminaire-s 06/15/2015 34 4130 Aluminum &.gns 11/12/2013 3 n�0 Single M de Fiber- Opts, male 02/26/2016 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105482 Revised March 20, 2020 00 0010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 5 of 5 GC-4.01 sA, �ailab lity- o GC-4.02 GC-4.04 GC-4.06 14azaf ou0 Err%r^rmenta C�on at Fitc GC-6.06.D 0-ur.,od Business Ente_i rise roiWln°:,oa GC-6.07 Wage Rates GC-6.09 Do,.mits and T T44ifie� GC-6.24 GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised March 20, 2020 00 42 43 DAP - BID PROPOSAL Page 1 of 1 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bid NOlteml Description Unit of SpeciScation Section No. Bid Quantity Unit Price Bid Value Measure UNIT : WATERIMPROVEOENTS 1 170.0100 Mobilization 017000 LS 1 $16,902.00 $16,902.001 2 3311.0141 6" Water Pipe 33 11 10, 33 11 12 LF 59 $85.66 $5,053.941 3 3312.3102 6" Cut -in Gate Valve 33 1220 EA 2 $2,000.00 $4,000.001 4 3312.2004 1"_o Water Service 331210 LF 43 $22.00 $946.001 5 I 3312.2204 2" Pmate Water Sery ce 33 12 10 LF 63 $40.00 $2,520.001 I I I TOTAL UNIT I: WATER IMPROVEMENTS I $29,421.941 UNIT II: S IT/�R�T IMP QVEMEIRIMPROVEMENTS 3339.1002 'Drop Manhole /Pt1N`��R 3 39 20�1 $7,617.90$7,617.90 2 33391001 4' Manhole 33 39 10. 33 39 20 EA 1 $5.144.77 $514477I 3 33315301 S"PVCSewe Pine3120 LF26 $7317 $1.902A2I�TALUNIT II: SANITARYS $14,665.091 I UNIT III: STORM SEWER IMPR VEME TS I 1 1 ;;;Q I not d' Manholr ?? ;Q I n ?? ;Q 7n EA tF FFo p t5 FFQ 9� 1 2 IDUn/H1 71"RF`PClaecITT Al In F R t7741 ti3Qii I TOTAL UNIT III: RM SLR IMPROVEMENTS $6,951.341 I UNIT IV: PAVING IMPROVEJuj�flTS 1 241.1100 Remove Asphalt Pvmt 0241 15 Sy 549 $2.25 $1.235.251 1 2 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 549 $4.35 $2,388.151 1 3 3213.0401 6" Concrete Driveway 32 1320 SF 2073 $8.50 $17,620.501 1 4 3213.0301 4" Conc Sidewalk 32 13 20 SF 3328 $7.50 $24,960.001 1 5 3213.0101 6" Conc PVDd 32 13 13 SY 103 $8 $875.501 1 6 3216.0101 6" Con, Curb and Gutter 32 16 13 LF 89 $6..50 00 $534.001 7 3305.0109 Trench Safetv 33 05 10 LF 1238 $3.00 $3,714.001 I I TOTAL U1�1T IV: PAVING IMPROVEMENTS $51,327.401I UNIT V: STREET LI TIH NG IMP 1 1 3471.0001 Traffic Control YVEMEPITS 34 71 1 MO 1 $2,279.00 $2,279.001 1 2 3441.3050 Fumish/Install LED Li.°°�pline Fixture (70 watt ATBO Cobra Head) 34 41 20 EA 3 $1,080.00 $3,240.001 1 3 3441.1757 Fmmsh/hlatall Rd" Ilium Foundation TY 11 344120 EA 3 $4,970.00 $14,910.001 1 4 3441.3301 Rdwy}' Ilium Foundation TY L2, and 4 34 41 20 EA 3 $3,310.00 $9,930.001 1 5 2605 .2 101 Conduit Box 26 05 33 EA 2 $2,625.00 $5,250.001 1 6 2605.3015 2" CONDT PVC SCH SO (T) 26 05 33 LF 1135 $58.00 $65,830.001 I taTAL UNIT V: STR kY LIGHTING IMPROVEMENTS $101,439.001I Bid summary UNIT I: WATER IMPROVEMENTS 1 $29,421.941 UNIT II: SANITARY SEWER IMPROVEMENTS 1 $14,665.091 UNIT III STORM SEWER IMPROVEMENTS $6,951.341 UNIT IV: PAVING IMPROVEMENTS 1 $51,327.401 UNIT V: STREET LIGHTING IMPROVEMENTS 1 $101,439.001 rota] Construction Bid $203,804.771 This Bid is submitted by the entity named below: DocuSigned by: GMA Construction Crouop 3520SBIDDER; 3520 Morgan Street Suite 222-24 T 67A2AFD720FE431... Chicago, IL 60609 u,,,�. , Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION 60 working days after the date when the CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS F.Veevoa May22,2019 an 4243 Rid Proposal_ DAP UPDATE 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tv -De" box provide the complete major work tvpe and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Waste Water Mains Rumsey Construction, LLC 4/30/2025 (12" and Under) Water Mains Rumsey Construction, LLC 4/30/2025 (16" and Under) R.O.W. Asphalt/Paving Rumsey Construction, LLC 4/30/2025 Street Lighting Bean Electrical, LLC 2/03/2027 Improvements The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: GMA Construction Group of Texas BY: Arturo De La Hoya 13355 Noel Rd, STE 1134 Dallas TX 75240 oigitalysignetl by Aitum De La Hoya Arturo ❑e La Hoya Dale: 2024.10041352140s-oU (Signature) TITLE: Project Manager DATE: 10/04/2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT —DEVELOPER AWARDED PROJECTS 00 4512_Prequalification Statement 2015_DAP Form Version September 1, 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 00 45 26 - l CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I 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. 105482. 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: Babers Manor GC JV Company By: Cornelius Griggs (Please Prl t) 13355 Noel Road, Suite 1134, Dallas, TX 75240 Signature: Address _Dallas, TX 75240 City/State/Zip THE STATE OF Tf-X�tS -L111170 z § COUNTY OFVT &P0/(:� § Title: _President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Cornelius Griggs , 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_Babers Manor GC JV for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1st day of August , 2024. Notary rublic in and for t13e State of -Texas- _L11 /loin 37 38 END OF SECTIONFNOTARYPUBLIC, OFFICIAL SEg1. GAIL S COOPER 39 STATE OF ILLINOIS Y Commission Expires 416120Y6 0 CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April I, 2014 SECTION 00 52 43 2 AGREEMENT 00 52 43 - 1 Developer Awarded Project Agreement Pagel of4 3 THIS AGREEMENT, authorized on _is made by and between the Developer, 4 (Insert Full Legal Name of Developer), authorized to do business in Texas ("Developer") , and 5 Babers Manor GC JV , authorized to do 6 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Babers Manor. Provosed Lotl, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Liehtin2 Improvements 16 CPN 105482 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 60 calendar days 23 after the date when the Contract Time 24 commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the 25 Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer one hundred and fifty Dollars ($150.00) for each day that 36 expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues 37 the Final Letter of Acceptance. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of two hundred three thousand eight hundred four and seventy-seven hundred Dollars ($203,804.77). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 75 76 CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of4 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 operate 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 any act, omission or negligence of the citv. 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 city. 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised June 16, 2016 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 118 119 7.6 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties ("Effective Date'). 127 128 Contractor: Babers Manor GC JV Bv: (Signature) Cornelius Griggs Cornelius Griees (Printed Name) Title: President Company Name: Babers Manor GC JV Address: 13355 Noel Road, Suite 1134, Dallas, TX 75240 Citv/State/Zip: 8/l/2024 Date Developer: FW Babers Manor, LP (SiBly tUre) FW Babers Manor, LP, a Texas Limited Partnership By: FW Babers Manor GP, LLC Its. General Partner Mary -Margaret Lemons By: Fort Worth Affordability, Inc. Its: Sole Member oy. Mary -Margaret Lemons Its: Secretary/Treasurer (Printed Name) Title: Secretary / Treasurer Company name: Fort Worth Affordability, Inc. Address: 1407 Texas Street City/State/Zip: Fort Worth, Texas 76102 October 22, 2024 Date CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS CPN 105482 Revised June 16, 2016 00 61 25 CERTIFICATE OF INSURANCE PLACE HOLDER WILL NEED ACTUAL Acord Form Prior to Contract Execution THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - CONTRACTOR'S BLANKET This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. WHO IS AN INSURED (Section II) is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. The written contract or written agreement must be: 1. Currently in effect or becoming effective dur- ing the term of this policy; and 2. Signed by all parties to the written contract or written agreement prior to the "bodily injury," "property damage," "personal injury and ad- vertising injury." B. The insurance provided to the additional insured is limited as follows: 1. That person or organization is only an addi- tional insured with respect to liability for "bodi- ly injury", "property damage' or "personal and advertising injury" caused in whole or in part, by: a. Your premises; or b. Your negligent acts or omissions in con- nection with "Your work" for that additional insured. However: a. The insurance afforded to such additional insured only applies to the extent permit- ted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the written contract or written agreement to provide such additional insured. 2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations for this policy, whichever is less. These Limits of Insurance are inclusive and not in addition to the Limits of Insurance shown in the Declarations. 3. Except when required by written contract or written agreement, the coverage provided to the additional insured by this endorsement does not apply to: a. "Bodily injury" or "property damage" oc- curring after: (1) All work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than an- other contractor or subcontractor en- gaged in performing operations for a principal as part of the same project. b. "Bodily injury" or "property damage" aris- ing out of acts or omissions of the addi- tional insured other than in connection with the general supervision of "your work." 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," "personal injury and ad- vertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or fail- ure to render any professional services in- cluding; a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; and b. Supervisory, or inspection activities per- formed as part of any related architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdo- ing in the supervision, hiring, employment, train- ing or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any profes- sional architectural, engineering or surveying services. WB 1482 07 17 West Bend Mutual Insurance Company Page 1 of 2 West Bend, Wisconsin 53095 C. As respects the coverage provided under this endorsement, Paragraph 4.b. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDI- TIONS is amended with the addition of the fol- lowing: 4. Other insurance b. Excess insurance This insurance is excess over: Any other valid and collectible insurance procured by or on behalf of the additional insured whether primary, excess, contin- gent or on any other basis unless a written contract specifically requires that this in- surance be either primary or primary and noncontributing. Where required by writ- ten contract, we will consider any other in- surance procured by the additional in- sured for injury or damage covered by this endorsement to be excess and noncon- tributing with this insurance. If no written contract specifically requires primary or noncontributory coverage, then this insurance is excess and as a condi- tion of coverage, the additional insured shall be obligated to tender the defense and indemnity of every claim or suit to all other insurers that may provide coverage to the additional insured, whether on a contingent, excess or primary basis. When this insurance is excess, we will have no duty under Coverage A. and Coverage B. to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the in- sured's rights against all those other in- surers. Page 2 of 2 West Bend Mutual Insurance Company WB 1482 07 17 West Bend, Wisconsin 53095 COMMERCIAL GENERAL LIABILITY CG24531219 IN: IRI4111Biel **1 1►T11=1►IIIgo]:/_1►Lei*11119:I=1201A :M_1oil III KOY_10411111>111MA WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. CG 24 53 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any party with whom the insured agrees to waive subrogation in a written contract. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 12/18/2023 Policy No. Endorsement No. Insured A53871905 Premium Included Griggs Mitchell and Assoc of IL, LLC Insurance Company Countersigned by WC000313 (Ed. 4-84) © 1983 National Council on Compensation Insurance. 1 2 3 4 5 6 7 8 9 10 11 Bond # US3003266 SECTION 00 6213 PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That we, Babers Manor GC JV 006213-1 PERFORMANCE BOND Page 1 of 3 KNOW ALL BY THESE PRESENTS: , known as "Principal" herein and Euler Hermes North America Insurance Company . a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, FW Babers 12 Manor, LP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a 13 Texas municipal corporation ("City"), in the penal sum of, 14 Two Hundred Three Thousand Eight Hundred Four & 77/100 Dollars ($ 203,804.77 )� 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 16 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 17 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 18 and severally, firmly by these presents. 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 24-0076 _ and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 23 the 9th day of August 2024 , which Contract is hereby referred to and made a 24 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 25 and other accessories defined by law, in the prosecution of the Work, including any Change 26 Orders, as provided for in said Contract designated as Babers Manor proposed Lot 1, Block 33, 27 Eastwood Addition, Water, Sanitary Sewer, Paving and Lighting Improvements. 28 29 30 31 32 33 34 35 36 CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised January 31, 2012 00 G2 13 - 2 PERFORMANCE DOND Page 2 of 3 1 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 2 shall faithfully perform it obligations under the Contract and shall in all respects duly and 3 faithfully perform. the Work, including Change Orders, under the Contract, according to the plans, 4 specifications, and contract documents therein referred to, and as well during any period of 5 extension of the Contract that may be granted on the part of the Developer and/or City, th'T this 6 obligation shall be and become null and void, otherwise to remain in full force and effect. 7 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 8 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 9 Worth Division. 10 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 11 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 12 accordance with the provisions of said statue. 13 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 14 this instrument by duly authorized agents and officers on this the I4th day of October 15 _. . 20 24 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 ATTEST: �j (Principal) Secretary Wi e as to Principal PRINCIPAL: Babers Manor GC JV BY: `- eature Cornelius Griggs, JV Partner Name and Title Address: 3520 S. Morgan Street Suite 222-4 Chicago, 1L 60609 SURETY: Euler Hermes North America Insurance Company BY: "Sr /glare David Kotula, Attorney -in -fact Name and 'Title Address: 100 International Dr., 22nd Floor Baltimore, MD 21202 CITY OF FORT WORTEI Babers Manor Proposed Lot 1, Mork 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPN 1054S2 Revised January 31. 2012 00 6213 - 3 PERFORMANCE BOND Page 3 of 3 1 2 3 4 � .. i s as to urety Telephone Number: 312-895-4565 5 6 7 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 8 from the by-laws showing that this person has authority to sign such obligation. If 9 Surety's physical address is different from its mailing address, both must be provided. 10 11 The date of the bond shall not be prior to the date the Contract is awarded. 12 CITY OF FORT WORTH Babess Manor Proposed Lot 1, BIock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised January 31, 2012 G-23208-B SS. STATE OF IL COUNTY OF WILL I, Brandie Catlin, Notary Public of Will County, in the State of Illinois, do hereby certify that David Kotula Attorney -in -fact, of the Euler Hermes North America Insurance Companv , who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that he signed, sealed and delivered said instrument, for and on behalf of the Euler Hermes North America Insurance ComDanv for the uses and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lockport in said County, this 14th day of October A.D. 20 24. ~i BRANDIE CATLIN IVOTARY PUBLIC, STATE OF ILLINOIS $randie Catlin Notary Public My Commission Expires 3131/26 Allianz @ EULER HERMES NORTH AMERICA INSURANCE COMPANY 800 Red Brook Boulevard * Owings Mills, Maryland 21117 The number of persons authorized by this Power of Attorney is not more than: Z POWER OF ATTORNEY Allianz Trade KNOW ALL MEN BY THESE PRESENTS: That EULER HERMES NORTH AMERICA INSURANCE COMPANY (EULER HERMES), a corporation organized and existing under the laws of the state of Maryland, does hereby nominate, constitute, and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for and in its name, place, and stead to execute on behalf of EULER HERMES, as surety, any and all bonds, undertakings, and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of EULER HERMES on any such bond, undertaking, or contract of suretyship executed under this authority shall not exceed the limit stated below. NAME ADDRESS LIMIT OF POWER Brian DiPaola David Kotula 220 N. Green Street Chicago, IL 60607 This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. •r �eripd� ., m SEAL > d.• y2003�a�n` -y'+ ARY1A. Unlimited IN WITNESS WHEREOF, EULER HERMES has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunder affixed thi- )st day of November 20 22 . James Daly, President and CEO The Americas State of Maryland, County of Baltimore Nicholas P. Verna II, Senior Vice President and Regional Head of Surety and Guarantee, Americas On this ___. 1st . day of _November , 20 22 , before me personally appeared Nicholas P. Verna II, to me known, being duly sworn, deposes and says that he resides in Southeastern, PA; that he is Senior Vice President and Regional Head of Surety and Guarantee, Americas of Euler Hermes North America Insurance Company, the Company described herein and which executed the above instrument; that he know the seal of EULER HERMES; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the Board of Directors of EULER HERMES; and,that h6signed his name thereto by like authority. UAA 14V4 V%A; WAVIly I Le4 Z' it Notary Publi, This Commission Expires February 2, 2026 Notarial Sea ,P u m U C This Power gf Attbrne 7s gralited by authority of the following resolutions adopted by the Board of Directors of EULER HERMES NORTH AMERICA. INSURQ NCE COMPANY (Company) by unanimous consent on October 1, 2015. RESOLVED: That the President, Executive Vice President, Senior Vice President, Vice President, Secretary, and Assistant Vice Secretary, be and hereby are authorized from time to time to appoint one or more Attorneys -in -Fact to execute on behalf of the company, as surety, and any and all bonds, undertakings and contracts of suretyship, or other written obligation in the nature thereof; to proscribe their respective duties and all respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and signature of the aforesaid officers and may be affixed by facsimile to any Power of Attorney given for the execution of any bond, undertaking, contract of suretyship, or other written obligations in the nature thereof, such signature and seal when 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 thought manually affixed. CERTIFICATION I, Nicholas P. Verna II, Senior Vice President and Regional Head of Surety & Guarantee, Americas of EULER HERMES NORTH AMERICA INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of October 1, 2015, have not been revoked and are now in full force and effect. Signed and sealed this 14th day of OCtOber 20 24 Goa " E'• mS'••?rg2003e�p,tonc Nicholas F. Verna II, Senior Vice President and Regional ,� ..........•� ate',- Head of Surety and Guarantee, Americas I Eider Hermes North America Insurance Company and its affiliated debt collection company are part of die Allianz group and market their products and services using the 'Allianz Trade trademark. 006214-1 PAYMENT BOND Page 1 of 2 Bond # US3003266 1 SECTION 00 6214 2 PAYMENT BOND 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Babers Manor GC JV , known as 9 "Principal" herein, and Euler Hermes North America Insurance Company , a 10 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 11 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the 12 Developer, FW Babers Manor, LP, authorized to do business in Texas "(Developer"), and the 13 City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum 14 of Two Hundred Three Thousand Eight Hundred Four & 771100 Dollars (s 203,804.77 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 16 payment of which sum well and truly be made jointly unto the Developer and the City as dual 17 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 18 and severally, firmly by these presents: 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 24-0076 : and 22 WHEREAS, Principal has entered into a certain written Contract with Developer, 23 awarded the 9th day of August _ 20 24 , which Contract is hereby 24 referred to and made a 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 as provided for in said Contract and designated as Babers Manor proposed Lot 1, Block 33, 27 Eastwood Addition, Water, Sanitary Sewer, Paving, and Lighting Improvements. 28 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 29 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 30 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 31 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 32 force and effect. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised January 31, 2012 006214-2 PAYMENTI30ND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 G 7 8 9 10 11 12 13 14 this instrument by duly authorized agents and officers on this the 14th day of October , 20 24 ATTEST: A�-� (Principal) Secretary Witne 4torincipT ATTEST: n/a (Surety) Secretary PRINCIPAL: Babers Manor GC JV BY: C . Si tune Cornelius Griggs, JV Partner Name and Title Address: 352n S. Mnrgan Street Suite 222-4 Chicago. IL 6060a SURETY: Euler Hermes North America Insuranrp rmmnanv BY: ySi David Kotula, Attorney -in -fact Name and Title Address: 100 International Dr., 22nd Fir., } Baltimore. DOD 21202 Wi sib urety Telephone Number: 312-895-4565 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Bakers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN 105482 Revised January 31, 2012 G-23208-B SS. STATE OF IL COUNTY OF WILL I, Brandie Catlin, Notary Public of Will County, in the State of Illinois, do hereby certify that David Kotula Attorney -in -fact, of the Euler Hermes North America Insurance Companv , who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that he signed, sealed and delivered said instrument, for and on behalf of the Euler Hermes North America Insurance ComDanv for the uses and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lockport in said County, this 14th day of October A.D. 20 24 OFFICIAL SEAL BRANDIE CATLIN NOTARY PUBLIC, STATE OF ILLINOIS y Notary Brandie Catlin Public My Commission Expires 3131/26� Allianz li EULER HERMES NORTH AMERICA INSURANCE COMPANY 800 Red Brook Boulevard * Owings Mills, Maryland 21117 The number of persons authorized by this Power of Attorney is not more than: 2 POWER OF ATTORNEY Allianz Trade KNOW ALL MEN BY THESE PRESENTS: That EULER HERMES NORTH AMERICA INSURANCE COMPANY (RULER HERMES), a corporation organized and existing under the laws of the state of Maryland, does hereby nominate, constitute, and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for and in its name, place, and stead to execute on behalf of RULER HERMES, as surety, any and all bonds, undertakings, and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of EULER HERMES on any such bond, undertaking, or contract of suretyship executed under this authority shall not exceed the limit stated below. NAME Brian DiPaola David Kotula ADDRESS 220 N. Green Street Chicago, IL 60607 This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. r�`Wen., .. GOpPOfygTF% �, .. ro m; SEAL '=`• 2f1o3Q�j= LIMIT OF POWER Unlimited IN WITNESS WHEREOF, RULER HERMES has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunder affixed this 1st day of November 20 22 . �t_o James Daly, President and CEO The Americas State of Maryland, County of Baltimore Nicholas P. Verna II, Senior Vice President and Regional Head of Surety and Guarantee, Americas On this __ 1st _ day of _ November , 20 22 , before me personally appeared Nicholas P. Verna II, to me known, being duly sworn, deposes and says that he resides in Southeastern, PA; that he is Senior Vice President and Regional Head of Surety and Guarantee, Americas of Euler Hermes North America Insurance Company, the Company described herein and which executed the above instrument; that he know the seal of EULER HERMES; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the Board of Directors of RULER HERMES; and that hdsigned his name thereto by like authority. n .� - a Notary Publi, This Commission Expires February 2, 2026 Notarial Seat u This Powei;, ,Att riefis granted by authority of the following resolutions adopted by the Board of Directors of RULER HERMES NORTH AmiffPIGt1,IN 'RANCE COMPANY (Company) by unanimous consent on October 1, 2015. RESOLVED: That the President, Executive Vice President, Senior Vice President, Vice President, Secretary, and Assistant Vice Secretary, be and hereby are authorized from time to time to appoint one or more Attorneys -in -Fact to execute on behalf of the company, as surety, and any and all bonds, undertakings and contracts of suretyship, or other written obligation in the nature thereof; to proscribe their respective duties and all respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and signature of the aforesaid officers and may be affixed by facsimile to any Power of Attorney given for the execution of any bond, undertaking, contract of suretyship, or other written obligations in the nature thereof, such signature and seal when 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 thought manually affixed. CERTIFICATION I, Nicholas P. Verna II, Senior Vice President and Regional Head of Surety & Guarantee, Americas of EULER HERMES NORTH AMERICA INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of October 1, 2015, have not been revoked and are now in full force and effect_ Signed and sealed this 14th day of October 20 24 ,err -" SEAL "S' ;m= E'. d., 2003 Nicholas P. Verna II, Senior Vice President and Regional Head of Surety and Guarantee, Americas Euler Hermes North America Insurance Company and its affiliated debt collection company an: part of the Allianz group and market their products and services using the 'Alfianz Trade trademark. 006219-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6219 2 Bond # U33003266 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Babers Manor GC JV , known as 9 "Principal" herein and Euler Hermes North America Insurance Company a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, FW Babers 12 Manor, LP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a 13 Texas municipal corporation ("City"), in the sum 14 of Two Hundred Three Thousand Eight Hundred Four & 77/100 Dollars ($ 203,804.77 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 16 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 17 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 18 jointly and severally, firmly by these presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number 24-0076 ; and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 24 the 9th day of August , 2024 , which Contract is hereby 25 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as Babers Manor proposed Lot 1, 29 Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, and Lighting Improvements. 30 31 32 33 34 35 CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 2 accordance with the plans, specifications and Contract Documents that the Work is and will 3 remain free from defects in materials or workmanship for and during the period of two (2) years 4 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 5 6 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 7 upon receiving notice from the Developer and/or City of the need thereof at any time within the 8 Maintenance Period. 9 10 NOW THEREFORE, the condition of this obligation is such that if Principal shall 11 remedy any defective Work, for which timely notice was provided by Developer or City, to a 12 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 13 remain in full force and effect. 14 15 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 16 noticed defective Work, it is agreed that the Developer or City may cause any and all such 17 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 18 by the Principal and the Surety under this Maintenance Bond; and 19 20 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 21 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 22 Worth Division; and 23 24 PROVIDED FURTHER, that this obligation shall be continuous in nature and 25 successive recoveries may be had hereon for successive breaches. 26 27 W CITY OF FORT WORTH Babers Manor Proposed Lot 1, Blook33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised January 31, 2012 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 14th day of October 3 12024 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) See�reetarary' Wi ess GI'rincipal ATT1aST: nfa PIUNCIPAL: Babers Manor GC JV BY: L Kignature Cornelius Gri as, JV Partner Name and Title Address: 3520 S. Mor an Street Suite 222-4 Chicago. IL 606 SURETY: Euler Hermes North America Insurance Company BY: Signature David Kotula, Attorney -in -fact Name and Title Address: 100 international Dr., 22nd Floor (Surety) Secretary Baltimore, MD 21202 4 �s to urety Telephone Number: 312-895.4565 *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 Sabers Manor Proposed Lot 1,13lock33, Eastwood Addition Water, Sanitary Sewcr, Paving. Drainage, and Lighting Improvements STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN 105482 Revised January 31, 2012 G-23208-B SS. STATE OF IL COUNTY OF WILL I, Brandie Catlin, Notary Public of Will County, in the State of Illinois, do hereby certify that David Kotula Attorney -in -fact, of the Euler Hermes North America Insurance Companv , who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that he signed, sealed and delivered said instrument, for and on behalf of the Euler Hermes North America Insurance Companv , for the uses and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lockport in said County, this 14th day of October A.D. 20 24. " I OFt�iCIAi Si -AL . F3RMI)Ii: GAT, LIN NOTARY PUBLIC, STATE OF ILLINOIS Brandie Catlin Notary Public My Commission Expires 3/31/26 Allianz @ EULER HERMES NORTH AMERICA INSURANCE COMPANY 800 Red Brook Boulevard * Owings Mills, Maryland 21117 The number of persons authorized by this Power of Attorney is not more than: POWER OF ATTORNEY Allianz Trade KNOW ALL MEN BY THESE PRESENTS: That EULER HERMES NORTH AMERICA INSURANCE COMPANY (EULER HERMES), a corporation organized and existing under the laws of the state of Maryland, does hereby nominate, constitute, and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for and in its name, place, and stead to execute on behalf of EULER HERMES, as surety, any and all bonds, undertakings, and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of EULER HERMES on any such bond, undertaking, or contract of suretyship executed under this authority shall not exceed the limit stated below. NAME Brian DiPaola David Kotula 220 N. Green Street Chicago, IL 60607 This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. d pP0 SG SEAL ;_ c E' 2003 : m m : � c{J:. on; LIMIT OF POWER Unlimited IN WITNESS WHEREOF, EULER HERMES has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunder affixed thi- 10 day of November 20 22 . James Daly, Lai ­The Americas State of Maryland, County of Baltimore Nicholas P Verna II, Senior Vice President and Regional Head of Surety and Guarantee, Americas On this _1st. _,day of November , 20 22 , before me personally appeared Nicholas P. Verna II, to me known, being duly sworn, deposes and says that he resides in Southeastern, PA; that he is Senior Vice President and Regional Head of Surety and Guarantee, Americas of Euler Hermes North America Insurance Company, the Company described herein and which executed the above instrument; that he know the seal of EULER HERMES; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the Board of Directors of EULER HERMES; and -.that Wsigned his name thereto by like authority. Notary Publi, ' s This Commission Expires February 2, 2026 Notarial Seai a t Cr .�t This Powei gf ttornoy- gra ted by authority of the following resolutions adopted by the Board of Directors of EULER HERMES NORTH' MER CA,IPISURANCE COMPANY (Company) by unanimous consent on October 1, 2015. RESOLVED: That the President, Executive Vice President, Senior Vice President, Vice President, Secretary, and Assistant Vice Secretary, be and hereby are authorized from time to time to appoint one or more Attorneys -in -Fact to execute on behalf of the company, as surety, and any and all bonds, undertakings and contracts of suretyship, or other written obligation in the nature thereof; to proscribe their respective duties and all respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and signature of the aforesaid officers and may be affixed by facsimile to any Power of Attorney given for the execution of any bond, undertaking, contract of suretyship, or other written obligations in the nature thereof, such signature and seal when 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 thought manually affixed. CERTIFICATION I, Nicholas P. Verna II, Senior Vice President and Regional Head of Surety & Guarantee, Americas of EULER HERMES NORTH AMERICA INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of October 1, 2015, have not been revoked and are now in full force and effect_ Signed and sealed this 14th day of October 20 24 "SEAL SEAL` Nicholas P. Verna II, Senior Vice President and Regional Head of Surety and Guarantee, Americas Euler Hermes North America Insurance Company and its affiliated debt collection company are part of the Allianz group and market their products and services using the 'Allianz Trade trademark. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 —Definitions and Terminology................................................................................................... I 1.01 Defined Terms.....................................................................................................................1 1.02 Terminology........................................................................................................................5 Article 2 — Preliminary Matters................................................................................................................6 2.01 Before Starting Construction.................................................................................................6 2.02 Preconstruction Conference..................................................................................................6 2.03 Public Meeting.....................................................................................................................6 Article 3 — Contract Documents and Amending........................................................................................6 3.01 Reference Standards.............................................................................................................6 3.02 Amending and Supplementing Contract Documents..............................................................6 Article 4 — Bonds and Insurance...............................................................................................................7 4.01 Licensed Sureties and Insurers..............................................................................................7 4.02 Performance, Payment, and Maintenance Bonds....................................................................7 4.03 Certificates of Insurance.......................................................................................................7 4.04 Contractor's Insurance..........................................................................................................9 4.05 Acceptance of Bonds and Insurance; Option to Replace.......................................................12 Article 5 — Contractor's Responsibilities.................................................................................................12 5.01 Supervision and Superintendent..........................................................................................12 5.02 Labor; Working Hours........................................................................................................13 5.03 Services, Materials, and Equipment.....................................................................................13 5.04 Project Schedule.................................................................................................................14 5.05 Substitutes and "Or-Equals"................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)...................................16 5.07 Concerning Subcontractors, Suppliers, and Others...............................................................16 5.08 Wage Rates........................................................................................................................18 5.09 Patent Fees and Royalties....................................................................................................19 5.10 Laws and Regulations.........................................................................................................19 5.11 Use of Site and Other Areas................................................................................................19 5.12 Record Documents.............................................................................................................20 5.13 Safety and Protection..........................................................................................................21 5.14 Safety Representative.........................................................................................................21 5.15 Hazard Communication Programs.......................................................................................22 5.16 Submittals..........................................................................................................................22 5.17 Contractor's General Warranty and Guarantee.....................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10,2013 5.18 Indemnification..................................................................................................................24 5.19 Delegation of Professional Design Services.........................................................................24 5.20 Right to Audit: ................................................................................................................... 25 5.21 Nondiscrimination..............................................................................................................25 Article 6 - Other Work at the Site...........................................................................................................26 6.01 Related Work at Site...........................................................................................................26 Article 7 - City's Responsibilities..........................................................................................................26 7.01 Inspections, Tests, and Approvals.......................................................................................26 7.02 Limitations on City's Responsibilities.................................................................................26 7.03 Compliance with Safety Program........................................................................................27 Article 8 - City's Observation Status During Construction......................................................................27 8.01 City's Project Representative..............................................................................................27 8.02 Authorized Variations in Work............................................................................................27 8.03 Rejecting Defective Work...................................................................................................27 8.04 Determinations for Work Performed...................................................................................28 Article9 - Changes in the Work.............................................................................................................28 9.01 Authorized Changes in the Work.........................................................................................28 9.02 Notification to Surety.........................................................................................................28 Article 10 - Change of Contract Price; Change of Contract Time.............................................................28 10.01 Change of Contract Price....................................................................................................28 10.02 Change of Contract Time....................................................................................................28 10.03 Delays................................................................................................................................28 Article I I - Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................29 11.01 Notice of Defects................................................................................................................29 11.02 Access to Work..................................................................................................................29 11.03 Tests and Inspections..........................................................................................................29 11.04 Uncovering Work...............................................................................................................30 11.05 City May Stop the Work.....................................................................................................30 11.06 Correction or Removal of Defective Work...........................................................................30 11.07 Correction Period...............................................................................................................30 11.08 City May Correct Defective Work.......................................................................................31 Article12 - Completion.........................................................................................................................32 12.01 Contractor's Warranty of Title............................................................................................32 12.02 Partial Utilization...............................................................................................................32 12.03 Final Inspection..................................................................................................................32 12.04 Final Acceptance................................................................................................................33 Article13 - Suspension of Work............................................................................................................33 13.01 City May Suspend Work.....................................................................................................33 Article14 -Miscellaneous .....................................................................................................................34 14.01 Giving Notice.....................................................................................................................34 CITY OF FORT WORTH STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times........................................................................................................34 14.03 Cumulative Remedies.........................................................................................................34 14.04 Survival of Obligations.......................................................................................................35 14.05 Headings............................................................................................................................35 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 of35 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 of35 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 of35 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 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of35 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 apart 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 S: 00 p. in., 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 of35 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 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of35 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 of35 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 of35 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 of35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 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 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of35 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: none 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: none Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: 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 0073 10-13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of35 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 i£ 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 0073 10-15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of35 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 0073 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 5.05.13. 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 0073 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18of35 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 0073 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 0073 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. I 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 0073 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 0073 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 0073 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 0073 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 0073 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 sProjectRepresentative 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 0073 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 0073 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 0073 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. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 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 0073 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 Finallnspection 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 0073 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 0073 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 if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 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 SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY 011100-1 DAP SUMMARY OF WORK Pagel of 3 A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105482 Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105482 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION fRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105482 Revised December 20, 2012 013119-1 SECTION 013119 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY DAP PRECONSTRUCTION MEETING Pagel of 3 A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105482 Revised August 30, 2013 013119-1 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105482 Revised August 30, 2013 0131 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105482 Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY 013300-1 DAP SUBMITTALS Pagel of 8 A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised August 30, 2013 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 1/2 inches x 11 inches to 81/z inches x 1 Iinches. 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 Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names o£ a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised August 30, 2013 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 fords 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 Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised August 30, 2013 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) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I AK.8. Working Days modified to Calendar Days CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised August 30, 2013 014523-1 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another form of distribution approved by the City. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised August 30, 2013 01 45 23 - 2 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised August 30, 2013 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 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 Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 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 Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised July 1, 2011 015713-2 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 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. 1.5 SUBMITTALS A. SWPPP 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 Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised July 1, 2011 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised July 1, 2011 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 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 Babers Manor Proposed Lott, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 01 74 23 - 1 DAP CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Babers Manor Proposed Lott, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 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) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Babers Manor Proposed Lott, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Pagel of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 %2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 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 Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 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 Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 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 f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products Skilled as technical writer to the extent required to communicate essential data Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 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 CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 017839-1 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY DAP PROJECT RECORD DOCUMENTS Page 1 of 4 A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Babers Manor Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 Revised April 7, 2014 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 Babers Manor Proposed Lott, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105482 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 02 41 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 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 allowed. d. Remove Detectable Warning Surface: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes detectable warning surface removal from ramp. e. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. f. Remove Fence: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove fence. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. g. Remove Guardrail: full compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling the postholes; and equipment, labor, tools, and incidentals. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. h. Remove Retaining Wall (less than 4 feet tall): full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. i. Remove Mailbox: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. j. Remove and Replace Mailbox and Relocate Mailbox: full compensation for removal, hauling, disposal or relocation, and installation or construction of replacement, tools, equipment, labor and incidentals needed to execute work for different types: traditional pipe and mailbox or brick mailbox, at equal or better condition on completion k. Remove Rip Rap: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 02 41 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 SUMMARYOF 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 024114-1 UTILITY REMOVAL/ABANDONMENT Page 1 of 16 OSECTION 02 4114 UTILITY REMOVAL/ABANDONMENT PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes 1. Storm Sewer Lines m. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 8. Section 33 11 14 — Buried Steel Pipe and Fittings 9. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurement CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 024114-2 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 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 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. Water Lines and Appurtenances 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 C. 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 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements CPN 105482 024114-4 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 024114-5 UTILITY REMOVAL/ABANDONMENT Page 5 of 16 c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 6. Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 7. Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 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 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 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 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 ofjunction 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 0241 14-10 UTILITY REMOVAL/ABANDONMENT Page 10 of 16 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET) to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Headwall/SET". c. The price bid shall include: 1) Removal and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 0241 14-11 UTILITY REMOVAL/ABANDONMENT Page 11 of 16 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Inspector and the Water Department Field Operation Storage Yard for coordination of salvage material return. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 A. Storage and Handling Requirements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT A. General CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 0241 14-12 UTILITY REMOVAL/ABANDONMENT Page 12 of 16 Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. £ Backfill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances 1. Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 0241 14-13 UTILITY REMOVAL/ABANDONMENT Page 13 of 16 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non -cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of meter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. b. Deliver salvaged material to the Water Department Field Operation Storage Yard. 11. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances. g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 05 10 CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 0241 14 - 14 UTILITY REMOVAL/ABANDONMENT 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 0241 14-15 UTILITY REMOVAL/ABANDONMENT Page 15 of 16 a. All storm sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and dispose as approved by City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 024115-1 PAVING REMOVAL Page 1 of 6 SECTION 02 4115 PAVING REMOVAL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing concrete paving, asphalt paving and brick paving 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4. Milling roadway paving 5. Pulverization of existing pavement 6. Disposal of removed materials B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 1133 - Cement Treated Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard £ 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 Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised February 2, 2016 024115-2 PAVING REMOVAL Page 2 of 6 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. f. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. g. Surface Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. h. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. i. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. j. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. k. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. 1. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR'S convenience. 1.3 REFERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised February 2, 2016 024115-3 PAVING REMOVAL Page 3 of 6 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 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 Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised February 2, 2016 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. £ 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. 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 Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised February 2, 2016 024115-5 PAVING REMOVAL Page 5 of 6 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 1. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 3.5% Portland cement. b. See Section 32 1133. 3. Mixing: see Section 32 1133. 4. Compaction: see Section 32 1133. 5. Finishing: see Section 32 1133. 6. Curing: see Section 32 1133. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised February 2, 2016 024115-6 PAVING REMOVAL Page 6 of 6 I. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — modified payment requirements on utility projects 2/2/2016 F. Griffin 1.2.A.2.b. — Removed duplicate last sentence. CITY OF FORT WORTH Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised February 2, 2016 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 Page 1 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 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 - 2 CAST -IN -PLACE CONCRETE Page 2 of 25 5) Silica fume b. Subject to compliance with the requirements of this specification B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M 182, Burlap Cloth Made from Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. m. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 03 30 00 - 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 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 SUBMITTALSANFORMATIONAL 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 03 30 00 - 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 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-inch x 3/4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 03 30 00 - 6 CAST -IN -PLACE CONCRETE Page 6 of 25 1 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 5 of exposed concrete surface. 6 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water -barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement 11 1. Reinforcing Bars 12 a. ASTM A615, Grade 60, deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615, Grade 60, steel bars (smooth) 16 b. Cut bars true to length with ends square and free of burrs. 17 2. Bar Supports 18 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steel wire, plastic or precast concrete according 21 to CRSI's "Manual of Standard Practice," of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 25 Class 2 stainless -steel bar supports. 26 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specified. 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates: ASTM A36 31 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson 32 Stud Welding Division or approved equal 33 F. Expansion Anchors 34 1. Available Products 35 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 36 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 37 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 38 G. Adhesive Anchors and Dowels 39 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 40 into hardened concrete or grout -filled masonry. 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 M 03 30 00 - 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 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 C150, Type I/11, 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 J. Admixtures CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 03 30 00 - 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 C 171, 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 03 30 00 - 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 C1059, Type II, 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 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 9 2. Repair Overlayment 10 a. Cement -based, polymer -modified, self -leveling product that can be applied in 11 thicknesses of 1/8 inch or greater 12 1) Do not feather. 13 b. Cement Binder 14 1) ASTM C150, C595, Portland cement, Portland -Limestone Cement or hy- 15 draulic or blended hydraulic cement as defined in ASTM C219 16 c. Primer 17 1) Product of topping manufacturer recommended for substrate, conditions, 18 and application 19 d. Aggregate 20 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 21 ed by topping manufacturer 22 e. Compressive Strength 23 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 24 O. Concrete Mixtures, General 25 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 26 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 27 a. Required average strength above specified strength 28 1) Based on a record of past performance 29 a) Determination of required average strength above specified strength 30 shall be based on the standard deviation record of the results of at least 31 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 32 by the larger amount defined by formulas 54 and 5-2. 33 2) Based on laboratory trial mixtures 34 a) Proportions shall be selected on the basis of laboratory trial batches 35 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 36 average strength greater than the specified strength fc by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an in- 39 dependent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture, at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage, by weight, of cementitious materials other than Portland ce- 46 ment or Portland -Limestone cement in concrete as follows, unless specified 47 otherwise: CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 03 30 00 -11 CAST -IN -PLACE CONCRETE Page 11 of 25 1 1) Fly Ash: 25 percent 2 2) Combined Fly Ash and Pozzolan: 25 percent 3 3) Ground Granulated Blast -Furnace Slag: 50 percent 4 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 5 Slag: 50 percent 6 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 7 cent 8 6) Silica Fume: 10 percent 9 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 10 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 11 cent 12 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 13 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 14 percent and silica fume not exceeding 10 percent 15 3. Limit water-soluble, chloride -ion content in hardened concrete to: 16 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 17 (typical) 18 b. 0.15 percent by weight if concrete will be exposed to chlorides 19 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 20 continually dry and protected. 21 4. Admixtures 22 a. Use admixtures according to manufacturer's written instructions. 23 b. Do not use admixtures which have not been incorporated and tested in accepted 24 mixes. 25 c. Use water -reducing high -range water -reducing or plasticizing admixture in 26 concrete, as required, for placement and workability. 27 d. Use water -reducing and retarding admixture when required by high 28 temperatures, low humidity or other adverse placement conditions. 29 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 30 industrial slabs and parking structure slabs, concrete required to be watertight, 31 and concrete with a water-cementitious materials ratio below 0.50. 32 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 33 P. Concrete Mixtures 34 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 35 Highways, Streets, and Bridges" for: 36 a. Culverts 37 b. Headwalls 38 c. Wingwalls 39 2. Proportion normal -weight concrete mixture as follows: 40 a. Minimum Compressive Strength: 3,000 psi at 28 days 41 b. Maximum Water-Cementitious Materials Ratio: 0.50 42 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 43 inches before adding high -range water -reducing admixture or plasticizing 44 admixture, plus or minus 1 inch 45 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 46 inch nominal maximum aggregate size CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 03 30 00 -13 CAST -IN -PLACE CONCRETE Page 13 of 25 1 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 2 support vertical, lateral, static, and dynamic loads, and construction loads that might 3 be applied, until structure can support such loads. 4 2. Construct formwork so concrete members and structures are of size, shape, 5 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 6 a. Vertical alignment 7 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 8 2) Outside corner of exposed corner columns and control joints in concrete 9 exposed to view less than 100 feet in height - 1/2 inch. 10 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 11 height but not more than 6 inches. 12 4) Outside corner of exposed corner columns and control joints in concrete 13 exposed to view greater than 100 feet in height - 1 /2000 times the height 14 but not more than 3 inches. 15 b. Lateral alignment 16 1) Members - 1 inch. 17 2) Centerline of openings 12 inches or smaller and edge location of larger 18 openings in slabs - 1/2 inch. 19 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 20 c. Level alignment 21 1) Elevation of slabs -on -grade - 3/4 inch. 22 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 23 inch. 24 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 25 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 26 and thickness of walls and slabs. 27 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 28 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 29 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 30 e. Relative alignment 31 1) Stairs 32 a) Difference in height between adjacent risers - 1/8 inch. 33 b) Difference in width between adjacent treads - 1/4 inch. 34 c) Maximum difference in height between risers in a flight of stairs - 3/8 35 inch. 36 d) Maximum difference in width between treads in a flight of stairs - 3/8 37 inch. 38 2) Grooves 39 a) Specified width 2 inches or less - 1/8 inch. 40 b) Specified width between 2 inches and 12 inches - 1/4 inch. 41 3) Vertical alignment of outside corner of exposed corner columns and control 42 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 43 4) All other conditions - 3/8 inch in 10 feet. 44 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 45 as follows: 46 a. Class 13, 1/4 inch for smooth -formed finished surfaces. 47 b. Class C, 1/2 inch for rough -formed finished surfaces. CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 03 30 00 -14 CAST -IN -PLACE CONCRETE Page 14 of 25 1 4. Construct forms tight enough to prevent loss of concrete mortar. 2 5. Fabricate forms for easy removal without hammering or prying against concrete 3 surfaces. Provide crush or wrecking plates where stripping may damage cast 4 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 5 horizontal to 1 vertical. 6 a. Install keyways, reglets, recesses, and the like, for easy removal. 7 b. Do not use rust -stained steel form -facing material. 8 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 9 required elevations and slopes in finished concrete surfaces. Provide and secure 10 units to support screed strips; use strike -off templates or compacting -type screeds. 11 7. Construct formwork to cambers shown or specified on the Drawings to allow for 12 structural deflection of the hardened concrete. Provide additional elevation or 13 camber in formwork as required for anticipated formwork deflections due to weight 14 and pressures of concrete and construction loads. 15 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 16 caps, walls, and columns straight and to the lines and grades specified. Do no earth 17 form foundation elements unless specifically indicated on the Drawings. 18 9. Provide temporary openings for cleanouts and inspection ports where interior area 19 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 20 securely braced to prevent loss of concrete mortar. Locate temporary openings in 21 forms at inconspicuous locations. 22 10. Chamfer exterior corners and edges of permanently exposed concrete. 23 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 24 bulkheads required in the Work. Determine sizes and locations from trades 25 providing such items. 26 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 27 sawdust, dirt, and other debris just before placing concrete. 28 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 29 leaks and maintain proper alignment. 30 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 31 written instructions, before placing reinforcement, anchoring devices, and 32 embedded items. 33 a. Do not apply form release agent where concrete surfaces are scheduled to 34 receive subsequent finishes which may be affected by agent. Soak contact 35 surfaces of untreated forms with clean water. Keep surfaces wet prior to 36 placing concrete. 37 B. Embedded Items 38 1. Place and secure anchorage devices and other embedded items required for 39 adjoining work that is attached to or supported by cast -in -place concrete. Use 40 setting drawings, templates, diagrams, instructions, and directions furnished with 41 items to be embedded. 42 a. Install anchor rods, accurately located, to elevations required and complying 43 with tolerances in AISC 303, Section 7.5. 44 1) Spacing within a bolt group: 1/8 inch 45 2) Location of bolt group (center): %2 inch CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 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 -15 CAST -IN -PLACE CONCRETE Page 15 of 25 3) Rotation of bolt group: 5 degrees 4) Angle off vertical: 5 degrees 5) Bolt projection: f 3/8 inch b. Install reglets to receive waterproofing and to receive through -wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form -removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1-way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high -early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 03 30 00 -16 CAST -IN -PLACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 2 delaminated, or otherwise damaged form -facing material will not be acceptable for 3 exposed surfaces. Apply new form -release agent. 4 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 10 and reshoring. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support, and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS D 1.4, where indicated. Only steel 27 conforming to ASTM A706 may be welded. 28 4. Installation tolerances 29 a. Top and bottom bars in slabs, girders, beams and joists: 30 1) Members 8 inches deep or less: ±3/8 inch 31 2) Members more than 8 inches deep: f1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 33 inches deep or less; f1/2 inches for members over 8 inches deep, except that 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls:1 inches 41 e. Slabs: 3/4 inches 42 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 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 ofjoint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Support and 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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. 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 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. b. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of apanel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 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 03 30 00 - 21 CAST -IN -PLACE CONCRETE Page 21 of 25 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 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 C 143; 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 I 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 1 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 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 E 115 5 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 1 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 byASTM 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: ± 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: ± 3/4 inch 30 3) Top surfaces of all other slabs: ± 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 Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 ZelalemArega 11 END OF SECTION Revision Log SUMMARYOF CHANGE 2.2.0.3 — Removed Blue Text/AddedDescriptions for water-soluble, chloride -ion content 3.4.C.1 — Changed 75% to 70% 1.3.B.5.t,2.2.I.1, 2.2.0.2,—AddedASTMC595— Type ILcement CITY OF FORT WORTH Babers Manor, Proposed Lotl ,Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 31 1000 -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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Drainage, Paving, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 31 1000 -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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Drainage, Paving, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 22, 2021 31 1000 -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 Citv of Fort Worth (fortworthtexas.2ov). 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.aov). 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Drainage, Paving, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 22, 2021 31 1000 -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 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 7 Refer to the Drawings for tree protection details. 8 2. If the Drawings do not provide tree protection details, protected trees shall be 9 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 10 the corners located on the canopy drip line, unless instructed otherwise. 11 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 12 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 '/z 13 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 14 form the enclosure. 15 4. For city -owned trees, PARD-Forestry permission required to install protective 16 fencing inside of canopy dripline (Critical Root Zone). 17 5. Additional trunk protection (cladding) is required when protective fencing is 18 approved within the Critical Root Zone. 19 6. Do not park equipment, service equipment, store materials, or disturb the root area 20 under the branches of trees designated for preservation. 21 7. When shown on the Drawings, treat cuts on trees with an approved tree wound 22 dressing within 30 minutes of making a pruning cut or otherwise causing damage to 23 the tree. 24 8. Trees and brush shall be mulched on -site. 25 a. Burning as a method of disposal is not allowed. 26 B. Hazardous Materials 27 1. The Contractor will notify the Engineer immediately if any hazardous or 28 questionable materials not shown on the Drawings are encountered. This includes; 29 but not limited to: 30 a. Floor tiles 31 b. Roof tiles 32 c. Shingles 33 d. Siding 34 e. Utility piping 35 2. The testing, removal, and disposal of hazardous materials will be in accordance 36 with Division 1. 37 C. Site Clearing 38 1. Clear areas shown on the Drawings of all obstructions, except those landscape 39 features that are to be preserved. Such obstructions include, but are not limited to: 40 a. Remains of buildings and other structures 41 b. Foundations 42 c. Floor slabs 43 d. Concrete 44 e. Brick 45 f. Lumber CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Drainage, Paving, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 22, 2021 31 1000 -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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Drainage, Paving, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 22, 2021 31 1000 -6 SITE CLEARING Page 6 of 6 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City's website address 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. ri CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Drainage, Paving, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 22, 2021 31 25 00 -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 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 31 25 00 - 2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 2. ASTM Standard: 2 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 3 Fabrics —Diaphragm Bursting Strength Tester Method 4 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 5 of Geotextiles 6 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 7 of a Geotextile 8 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 9 Geomembranes and Related Products 10 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 11 TXR150000 12 4. TxDOT Departmental Material Specifications (DMS) 13 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Storm Water Pollution Prevention Plan (SWPPP) 17 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 18 Construction Activity under the TPDES General Permit 19 C. Construction Site Notice 20 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 21 Construction Activity under the TPDES General Permit 22 E. Notice of Change (if applicable) 23 F. Grading and/or fill permit, if required 24 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Rock Filter Dams 36 1. Aggregate CITY OF FORT WORTH Babers Manor, Proposed Lotl, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 31 25 00 - 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 2%2 13 inches x 31/4 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 form a 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 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 31 25 00 - 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 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 31 25 00 - 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 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 31 25 00 - 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 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 31 25 00 - 7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 1. Perform excavation and embankment operations to minimize erosion and to remove 2 collected sediments from other erosion control devices. 3 a. Excavation and Embankment for Erosion Control Measures 4 1) Place earth dikes, swales or combinations of both along the low crown of 5 daily lift placement, or as directed, to prevent runoff spillover. 6 2) Place swales and dikes at other locations as shown on the Drawings or as 7 directed to prevent runoff spillover or to divert runoff. 8 3) Construct cuts with the low end blocked with undisturbed earth to prevent 9 erosion of hillsides. 10 4) Construct sediment traps at drainage structures in conjunction with other 11 erosion control measures as shown on the Drawings or as directed. 12 5) Where required, create a sediment basin providing 3,600 cubic feet of 13 storage per acre drained, or equivalent control measures for drainage 14 locations that serve an area with 10 or more disturbed acres at 1 time, not 15 including offsite areas. 16 b. Excavation of Sediment and Debris 17 1) Remove sediment and debris when accumulation affects the performance of 18 the devices, after a rain, and when directed. 19 2) Remove sediment from sediment traps and sedimentation ponds no later 20 than the time that design capacity has been reduced by 50%. 21 J. Sandbags for Erosion Control 22 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water 23 runoff from disturbed areas, create a retention pond, detain sediment and release 24 water in sheet flow. 25 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 26 allow for proper tying of the open end. 27 3. Place the sandbags with their tied ends in the same direction. 28 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 29 5. Place a single layer of sandbags downstream as a secondary debris trap. 30 6. Place additional sandbags as necessary or as directed for supplementary support to 31 berms or dams of sandbags or earth. 32 K. Temporary Sediment -Control Fence 33 1. Provide temporary sediment -control fence near the downstream perimeter of a 34 disturbed area to intercept sediment from sheet flow. 35 2. Incorporate the fence into erosion -control measures used to control sediment in 36 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 37 Section, or as directed by the Engineer or City representative. 38 a. Post Installation 39 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 40 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 41 b. Fabric Anchoring 42 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 43 fabric. 44 2) Provide a minimum trench cross-section of 6 x 6 inches 45 3) Place the fabric against the side of the trench and align approximately 2 46 inches of fabric along the bottom in the upstream direction. 47 4) Backfill the trench, then hand -tamp. CITY OF FORT WORTH Babers Manor, Proposed Lotl, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 31 25 00 - 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 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 31 25 00 - 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 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 3201 17 - 1 PERMANENT ASPHALT PAVING REPAIR Pagel of 5 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 [Text in Blue is for information or guidance. Remove all blue text in the final project document.] 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section includes: 7 1. Flexible pavement repair to include, but not limited to: 8 a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) 9 b. Warranty work 10 c. Repairs of damage caused by Contractor 11 d. Any permanent asphalt pavement repair needed during the course of 12 construction 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 03 34 16 — Concrete Base Material for Trench Repair 20 4. Section 32 12 16 — Asphalt Paving 21 5. Section 32 13 13 — Concrete Paving 22 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Asphalt Pavement Repair [For utility trench repair, repair width is to include the 26 width beyond the trench shown in the Drawings as well as any additional width 27 required around structures.] 28 a. Measurement 29 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 30 Repair based on the defined width and roadway classification specified in 31 the Drawings. 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 price per linear foot of Asphalt Pavement Repair. 36 c. The price bid shall include: 37 1) Preparing final surfaces 38 2) Furnishing, loading, unloading, storing, hauling and handling all materials 39 including freight and royalty 40 3) Traffic control for all testing 41 4) Asphalt, aggregate, and additive CITY OF FORT WORTH Babers Manor Propose Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 320117-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 2. Asphalt Pavement Repair for Utility Service Trench a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair centered on the proposed sewer service line measured from the face of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 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 price per linear foot of "Asphalt Pavement Repair, Service" installed for: a) Various types of utilities c. The price bid shall include: 1) Preparing final surfaces 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 3. Asphalt Pavement Repair Beyond Defined Width a. Measurement 1) Measurement for this Item will be by the square yard for asphalt pavement repair beyond pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified in the Drawings. 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 Pavement Repair Beyond Defined Width. c. The price bid shall include: 1) Preparing final surfaces 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. Extra Width Asphalt Pavement Repair a. Measurement 1) Measurement for this Item will be by the square yard for surface repair (does not include base repair) for: CITY OF FORT WORTH Babers Manor Propose Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 320117-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 5 1 a) Various thicknesses 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under "Measurement" will be paid for at the unit 5 price bid per square yard of Extra Width Asphalt Pavement Repair 6 c. The price bid shall include: 7 1) Preparing final surfaces 8 2) Furnishing, loading, unloading, storing, hauling and handling all materials 9 including freight and royalty 10 3) Traffic control for all testing 11 4) Asphalt, aggregate, and additive 12 5) Materials and work needed for corrective action 13 6) Trial batches 14 7) Tack coat 15 8) Removal and/or sweeping excess material 16 1.3 REFERENCES 17 A. Definitions 18 1. H.M.A.C. — Hot Mix Asphalt Concrete 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Permitting 21 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 22 and Public Works Department in conformance with current ordinances. 23 2. The Transportation and Public Works Department will inspect the paving repair 24 after construction. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 27 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.12 FIELD CONDITIONS 33 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 34 rising unless otherwise approved. CITY OF FORT WORTH Babers Manor Propose Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 3201 17 - 4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 1.13 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 6 1. See Section 33 05 10. 7 B. Base Material 8 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C. paving: Type D. 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 [NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation 19 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 21 3.4 INSTALLATION 22 A. General 23 1. Equipment 24 a. Use machine intended for cutting pavement. 25 b. Milling machines may be used as long as straight edge is maintained. 26 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 27 3. Utility Cuts 28 a. In a true and straight line on both sides of the trench 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair, remove the existing paving to such 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. 35 B. Removal CITY OF FORT WORTH Babers Manor Propose Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 320117-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base 1. Install replacement base material as specified in Drawings. D. Asphalt Paving 1. H.M.A.0 placement: in accordance with Section 32 12 16 2. Type D surface mix 3. Depth: as specified in Drawings 4. Place surface mix in lifts not to exceed 3 inches. 5. Last or top lift shall not be less than 2 inches thick. 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] DATE NAME 12/20/2012 D.Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair; Added a bid item for utility service trench repair. CITY OF FORT WORTH Babers Manor Propose Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 SECTION 32 12 16 ASPHALT PAVING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 321216-1 ASPHALT PAVING Page 1 of 25 1. Constructing a pavement layer composed of a compacted, dense -graded mixture of aggregate and asphalt binder for surface or base courses B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 01 17 - Permanent Asphalt Paving Repair 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Asphalt Pavement a. Measurement 1) Measurement for this Item shall be by the square yard of completed and accepted asphalt pavement in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per 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 CITY OF FORT WORTH Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-2 ASPHALT PAVING Page 2 of 25 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 Asphalt Base Course 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 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 CITY OF FORT WORTH Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-3 ASPHALT PAVING Page 3 of 25 7) Tack coat 8) Removal and/or sweeping excess material 5. H.M.A.C. Speed Cushion a. Measurement 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion 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 each H.M.A.C. Speed Cushion installed and accepted in its final position. 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 1.3 REFERENCES A. Abbreviations and Acronyms 1. RAP (reclaimed asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bituminous Rated Source Quality Catalog) 4. AQMP (Aggregate Quality Monitoring Program) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. WMA (Warm Mix Asphalt) 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. National Institute of Standards and Technology (MIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices 3. ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt (HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer CITY OF FORT WORTH Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-4 ASPHALT PAVING Page 4 of 25 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) 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 1. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic 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 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 2.2.13.1. CITY OF FORT WORTH Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-5 ASPHALT PAVING Page 5 of 25 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 Minimmn Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Grade PG64 or lower 45 50 PG 70 55' 60' PG 76 or higher 60' 60' "Contractors may pave at temperatures 10°F lower than the values shown in Table 1 when utilizing a paving process including WMA or equipment that eliminates thermal segregation. In such cases, the contractor must use either a hand held thermal camera or a hand held infrared thermometer operated in accordance with Tex-244-F to demonstrate to the satisfaction of the City that the uncompacted mat has no more than 10' F of thermal segregation. 2. Unless otherwise shown on the Drawings, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the City. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of all material sources. 3. Notify the City before changing any material source or formulation. CITY OF FORT WORTH Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-6 ASPHALT PAVING Page 6 of 25 4. When the Contractor makes a source or formulation change, the City will verify that the requirements of this specification are met and may require a new laboratory mixture design, trial batch, or both. 5. The City may sample and test project materials at any time during the project to verify compliance. 6. The depth of the compacted lift should be at least 2 times the nominal maximum aggregate size. B. Aggregate 1. General a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the Drawings. b. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. c. When reclaimed asphalt pavement (RAP) is allowed by Drawing note, provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required to meet Table 2 requirements unless otherwise shown on the Drawings. e. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex 100 E. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. h. Perform all other aggregate quality tests listed in Table 2. i. Document all test results on the mixture design report. j. The City may perform tests on independent or split samples to verify Contractor test results. k. Stockpile aggregates for each source and type separately and designate for the City. 1. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, Part II. CITY OF FORT WORTH Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-7 ASPHALT PAVING Page 7 of 25 Table 2 Aggregate Quality Requirements Property I Test Method Requirement Coarse Aggregate SAC AQMP As shown on Drawings Deleterious material, percent, max Tex-217-17, Part I 1.5 Decantation, percent, max Tex-217-F, Part II 1.5 Micro-Deval abrasion, percent, max Tex-461-A Note I Los Angeles abrasion, percent, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, percent, max Tex-41 I -A 302 Coarse aggregate angularity, 2 crushed faces, Tex 460-A, Part I 3 85 percent, min Flat and elongated particles @ 5: 1, percent, max Tex-280-F 10 Fine Aggregate Linear shrinkage, percent, max I Tex-107-E 3 Combined Aggregate Sand equivalent, percent, min I Tex-203-F 45 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. m. Coarse Aggregate 1) Coarse aggregate stockpiles must have no more than 20 percent material passing the No. 8 sieve. 2) Maximum aggregate size should not be over half of the proposed lift depth to prevent particle on particle contact issues. 3) Provide aggregates from sources listed in the BRSQC. 4) Provide aggregate from unlisted sources only when tested by the City and/or approved before use. 5) Allow 30 calendar days for the City to sample, test, and report results for unlisted sources. 6) Class B aggregate meeting all other requirements in Table 2 may be blended with a Class A aggregate in order to meet requirements for Class A materials. 7) When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50 percent by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. 8) Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. 9) When blending, do not use Class C or D aggregates. 10) For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 11) Provide coarse aggregate with at least the minimum SAC shown on the Drawings. 12) SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the Drawings. n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 1) No RAP permitted for TYPE D H.M.A.C. CITY OF FORT WORTH Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-8 ASPHALT PAVING Page 8 of 25 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise shown on the Drawings. 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch sieve. 4) RAP from either Contractor or City, including RAP generated during the project, is permitted only when shown on the Drawings. 5) City -owned RAP, if allowed for use, will be available at the location shown on the Drawings. 6) When RAP is used, determine asphalt content and gradation for mixture design purposes. 7) Perform other tests on RAP when shown on the Drawings. 8) When RAP is allowed by plan note, use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on the Drawings. 9) Do not use RAP contaminated with dirt or other objectionable materials. 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. 6) With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 2, unless otherwise approved. 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). CITY OF FORT WORTH Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-9 ASPHALT PAVING Page 9 of 25 Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weight or Sieve Size Volume 100 #8 _ 70-100 #200 0-30 2. Mineral Filler a. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. b. Mineral filler is allowed unless otherwise shown on the Drawings. c. Do not use more than 2 percent hydrated lime or cement, unless otherwise shown on the Drawings. The Drawings may require or disallow specific mineral fillers. When used, provide mineral filler that: 1) Is sufficiently dry, free -flowing, and free from clumps and foreign matter; 2) Does not exceed 3 percent linear shrinkage when tested in accordance with Tex- 107-E; and meets the gradation requirements in Table 4. Table 4 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve 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 Babers Manor, Proposed Lot 1, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 Property and Test Method Average 7-day max pavement design temperature, °C ' 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 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 32 12 16 - 10 ASPHALT PAVING Page 10 of25 Table 5 Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 -22 I -28 I -34 -16 I -22 I -28 I -34 -16 I -22 I -28 I -34 -16 I -22 I -28 I -34 -16 I -22 I -28 <58 <64 <70 <76 <82 > > > > > > > > > > > > > > > > > > 22 I 28 I 34 16 I 22 I 28 I 34 16 I 22 I 28 I 34 16 I 22 I 28 I 34 16 I 22 I 28 ORIGINAL BINDER 230 58 64 135 70 M 82 — 30 - I - 1 30 1 50 - 1 30 1 50 1 60 30 1 50 1 60 1 70 50 1 60 1 70 ROLLING THIN-FILM OVEN (Tex-541-C) 1 58 64 70 82 CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33, Eastwood addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 Property and Test Method PAV aging temperature, °C Dynamic shear, T 315: G*/sin(d), Max, 5000 kPa Test temperature @ 10 rad/sec., °C Creep stiffness, T 313:1, 6 S, max, 300 MPa, m-value, min, 0.300 Test temperature @ 60 sec., °C Direct tension, T 314:6 Failure strain, min, 1.0 percent Test temperature @ 1.0 mm/min., °C Table 5 (continued) Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 -22 I -28 I -34 1 -16 I -22 I -28 I -34 1 -16 I -22 I -28 I -34 PRESSURE AGING VESSEL (PAV) RESIDUE (R 28) 100 25 22 19 28 25 22 19 28 25 22 19 321216-11 ASPHALT PAVING Page 11 of 25 PG 76 PG 82 -16 1 -22 1 -28 1 -34 -16 I -22 I -28 28 25 22 19 28 25 22 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 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 t ie 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 135°C 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Babers Manor Proposed Lot 1,131ock 33, Eastwood addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements CPN 105482 32 12 16 - 12 ASPHALT PAVING Page 12 of 25 2 b. Separation testing is not required if- 3 1) A modifier is introduced separately at the mix plant either by injection in 4 the asphalt line or mixer, 5 2) The binder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples taken from an in -line sampling port at 7 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-1H, SS-1H, 10 or a PG binder with a minimum high -temperature grade of PG 58 for tack coat 11 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 specified. 15 2) Other additives that facilitate mixing or improve the quality of the mixture 16 may be allowed when approved. 17 b. Liquid Antistripping Agent 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 19 concrete paving mixtures and asphalt -stabilized base mixtures to meet 20 moisture resistance testing requirements. 21 2) Provide a liquid antistripping agent that is uniform and shows no evidence 22 of crystallization, settling, or separation. 23 3) Ensure that all liquid antistripping agents arrive in: 24 a) Properly labeled and unopened containers, as shipped from the 25 manufacturer, or 26 b) Sealed tank trucks with an invoice to show contents and quantities 27 c) Provide product information to the City including: 28 (1) Material safety data sheet 29 (2) Specific gravity of the agent at the manufacturer's recommended 30 addition temperature, 31 (3) Manufacturer's recommended dosage range, and 32 (4) Handling and storage instructions 33 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 34 incorporate into the binder as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by means of an in -line -metering device. 38 c. Liquid Asphalt Additive Meters 39 1) Provide a means to check the accuracy of meter output for asphalt primer, 40 fluxing material, and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 gal. or less. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 4) Ensure the accuracy of the meter within 5.0 percent. 44 7. Mixes 45 a. Design Requirements 46 1) Unless otherwise shown on the Drawings, use the typical weight design 47 example given in Tex-204-F, Part I, to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 321216-13 ASPHALT PAVING Page 13 of 25 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Properties Sieve B C D Size Fine Coarse Fine Base Surface Surface 1-1/2" — — — 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 VMAI, percent Minimum — 13.0 1 14.0 15.0 Plant -Produced VMA, percent Minimum — 1 12.0 1 13.0 14.0 1. Voids in Mineral Aggregates. Table 7 Laboratory Mixture Design Properties Property Test Requirement Method Target laboratory -molded density, percent Tex-207-F 96.01 Tensile strength (dry), psi (molded to 93 percent fl percent density) Tex-226-F 85-2002 Boil test' Tex-530-C — 1. Unless otherwise shown on the Drawings. 22 MMa exceed 220(��si w�ten gtproved and mty heyaived wheff a�} rovfd. 3: Lls�d to estabhs ase me comparison pro uchon resu s. ay e 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. CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 32 12 16 - 14 ASPHALT PAVING Page 14 of 25 1 d. When WMA is not required by Drawings, produce an asphalt mixture within 2 the temperature range of 215 degrees F and 275 degrees F. 3 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 11 1. Before use, clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds, use a release agent approved 13 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 A. Equipment 21 1. General 22 a. Provide required or necessary equipment to produce, haul, place, compact, and 23 core asphalt concrete pavement. 24 b. Ensure weighing and measuring equipment complies with specification. 25 c. Synchronize equipment to produce a mixture meeting the required proportions. 26 2. Production Equipment 27 a. Provide: 28 1) Drum -mix type, weigh -batch, or modified weigh -batch mixing plants that 29 ensure a uniform, continuous production 30 2) Automatic proportioning and measuring devices with interlock cut-off 31 circuits that stop operations if the control system malfunctions 32 3) Visible readouts indicating the weight or volume of asphalt and aggregate 33 proportions 34 4) Safe and accurate means to take required samples by inspection forces 35 5) Permanent means to check the output of metering devices and to perform 36 calibration and weight checks 37 6) Additive -feed systems to ensure a uniform, continuous material flow in the 38 desired proportion 39 3. Weighing and Measuring Equipment 40 a. General 41 1) Provide weighing and measuring equipment for materials measured or 42 proportioned by weight or volume. CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-15 ASPHALT PAVING Page 15 of 25 1 2) Provide certified scales, scale installations, and measuring equipment 2 meeting the requirements of NIST Handbook 44, except that the required 3 accuracy must be 0.4 percent of the material being weighed or measured. 4 3) Furnish leak -free weighing containers large enough to hold a complete 5 batch of the material being measured. 6 b. Truck Scales 7 1) Furnish platform truck scales capable of weighing the entire truck or truck- 8 trailer combination in a single draft. 9 c. Aggregate Batching Scales 10 1) Equip scales used for weighing aggregate with a quick adjustment at zero 11 that provides for any change in tare. 12 2) Provide a visual means that indicates the required weight for each 13 aggregate. 14 d. Suspended Hopper 15 1) Provide a means for the addition or the removal of small amounts of 16 material to adjust the quantity to the exact weight per batch. 17 2) Ensure the scale equipment is level. 18 e. Belt Scales 19 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 20 percent based on the average of 3 test runs, where no individual test run 21 exceeds 2.0 percent when checked in accordance with Tex-920-K. 22 £ Asphalt Material Meter 23 1) Provide an asphalt material meter with an automatic digital display of the 24 volume or weight of asphalt material. 25 2) Verify the accuracy of the meter in accordance with Tex-921-K. 26 3) When using the asphalt meter for payment purposes, ensure the accuracy of 27 the meter is within 0.4 percent. 28 4) When used to measure component materials only and not for payment, 29 ensure the accuracy of the meter is within 1.0 percent. 30 g. Liquid Asphalt Additive Meters 31 1) Provide a means to check the accuracy of meter output for asphalt primer, 32 fluxing material, and liquid additives. 33 2) Furnish a meter that reads in increments of 0.1 gallon or less. 34 3) Verify accuracy of the meter in accordance with Tex-923-K. 35 4) Ensure the accuracy of the meter within 5.0 percent. 36 4. Drum -Mix Plants. Provide a mixing plant that complies with the requirements 37 below. 38 a. Aggregate Feed System 39 1) Provide: 40 a) A minimum of 1 cold aggregate bin for each stockpile of individual 41 materials used to produce the mix 42 b) Bins designed to prevent overflow of material 43 c) Scalping screens or other approved methods to remove any oversized 44 material, roots, or other objectionable materials 45 d) A feed system to ensure a uniform, continuous material flow in the 46 desired proportion to the dryer 47 e) An integrated means for moisture compensation 48 f) Belt scales, weigh box, or other approved devices to measure the 49 weight of the combined aggregate CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-16 ASPHALT PAVING Page 16 of 25 I g) Cold aggregate bin flow indicators that automatically signal interrupted 2 material flow 3 b. Reclaimed Asphalt Pavement (RAP) Feed System 4 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 5 c. Mineral Filler Feed System 6 1) Provide a closed system for mineral filler that maintains a constant supply 7 with minimal loss of material through the exhaust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and 10 provide a consistent percentage to the mixture. 11 d. Heating, Drying, and Mixing Systems 12 1) Provide: 13 a) A dryer or mixing system to agitate the aggregate during heating 14 b) A heating system that controls the temperature during production to 15 prevent aggregate and asphalt binder damage 16 c) A heating system that completely burns fuel and leaves no residue 17 d) A recording thermometer that continuously measures and records the 18 mixture discharge temperature 19 e) Dust collection system to collect excess dust escaping from the drum. 20 e. Asphalt Binder Equipment 21 1) Supply equipment to heat binder to the required temperature. 22 2) Equip the heating apparatus with a continuously recording thermometer 23 located at the highest temperature point. 24 3) Produce a 24 hour chart of the recorded temperature. 25 4) Place a device with automatic temperature compensation that accurately 26 meters the binder in the line leading to the mixer. 27 5) Furnish a sampling port on the line between the storage tank and mixer. 28 Supply an additional sampling port between any additive blending device 29 and mixer. 30 f. Mixture Storage and Discharge 31 1) Provide a surge -storage system to minimize interruptions during operations 32 unless otherwise approved. 33 2) Furnish a gob hopper or other device to minimize segregation in the bin. 34 3) Provide an automated system that weighs the mixture upon discharge and 35 produces a ticket showing: 36 a) Date 37 b) Project identification number 38 c) Plant identification 39 d) Mix identification 40 e) Vehicle identification 41 f) Total weight of the load 42 g) Tare weight of the vehicle 43 h) Weight of mixture in each load 44 i) Load number or sequential ticket number for the day 45 g. Truck Scales 46 1) Provide standard platform scales at an approved location. 47 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.13.4 48 "Drum -Mix Plants," except as required below: 49 a. Screening and Proportioning CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-17 ASPHALT PAVING Page 17 of 25 1 1) Provide enough hot bins to separate the aggregate and to control 2 proportioning of the mixture type specified. 3 a) Supply bins that discard excessive and oversized material through 4 overflow chutes. 5 b) Provide safe access for inspectors to obtain samples from the hot bins. 6 b. Aggregate Weigh Box and Batching Scales 7 1) Provide a weigh box and batching scales to hold and weigh a complete 8 batch of aggregate. 9 2) Provide an automatic proportioning system with low bin indicators that 10 automatically stop when material level in any bin is not sufficient to 11 complete the batch. 12 c. Asphalt Binder Measuring System 13 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 14 for 1 batch. 15 d. Mixer 16 1) Equipment mixers with an adjustable automatic timer that controls the dry 17 and wet mixing period and locks the discharge doors for the required 18 mixing period 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 6. Modified Weigh -Batch Plants. Provide a mixing plant that complies with Section 21 2.2.B.5. "Weigh -Batch Plants," except as specifically described below. 22 a. Aggregate Feeds 23 1) Aggregate control is required at the cold feeds. Hot bin screens are not 24 required. 25 b. Surge Bins 26 1) Provide 1 or more bins large enough to produce 1 complete batch of 27 mixture. 28 c. Hauling Equipment 29 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 30 2) Cover each load of mixture with waterproof tarpaulins. 31 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 32 4) When necessary, coat the inside truck beds with an approved release agent 33 from the City. 34 d. Placement and Compaction Equipment 35 1) Provide equipment that does not damage underlying pavement. 36 2) Comply with laws and regulations concerning overweight vehicles. 37 3) When permitted, other equipment that will consistently produce satisfactory 38 results may be used. 39 7. Asphalt Paver 40 a. General 41 1) Furnish a paver that will produce a finished surface that meets longitudinal 42 and transverse profile, typical section, and placement requirements. 43 2) Ensure the paver does not support the weight of any portion of hauling 44 equipment other than the connection. 45 3) Provide loading equipment that does not transmit vibrations or other 46 motions to the paver that adversely affect the finished pavement quality. 47 4) Equip the paver with an automatic, dual, longitudinal -grade control system 48 and an automatic, transverse -grade control system. 49 b. Tractor Unit CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-18 ASPHALT PAVING Page 18 of 25 1 1) Supply a tractor unit that can push or propel vehicles, dumping directly into 2 the finishing machine to obtain the desired lines and grades to eliminate any 3 hand finishing. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's pusher rollers 6 while mixture is unloaded. 7 c. Screed 8 1) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile, typical section, and 10 placement requirements. 11 2) Screed extensions must provide the same compacting action and heating as 12 the main unit unless otherwise approved. 13 d. Grade Reference 14 1) Provide a grade reference with enough support that the maximum 15 deflection does not exceed l/16 inch between supports. 16 2) Ensure that the longitudinal controls can operate from any longitudinal 17 grade reference including a string line, ski, mobile string line, or matching 18 shoes. 19 3) Furnish paver skis or mobile string line at least 40 feet long unless 20 otherwise approved. 21 8. Material Transfer Devices 22 a. Provide the specified type of device when shown on the Drawings. 23 b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt 24 paver. 25 c. When used, provide windrow pick-up equipment constructed to pick up 26 substantially all roadway mixture placed in the windrow. 27 9. Remixing Equipment 28 a. When required, provide equipment that includes a pug mill, variable pitch 29 augers, or variable diameter augers operating under a storage unit with a 30 minimum capacity of 8 tons. 31 10. Motor Grader 32 a. When allowed, provide a self-propelled grader with a blade length of at least 12 33 feet and a wheelbase of at least 16 feet. 34 11. Handheld Infrared Thermometer 35 a. Provide a handheld infrared thermometer meeting the requirements of 36 Tex-244-F. 37 12. Rollers 38 a. The Contractor may use any type of roller to meet the production rates and 39 quality requirements of the Contract unless otherwise shown on the Drawings 40 or directed. 41 b. When specific types of equipment are required, use equipment that meets the 42 specified requirements. 43 c. Alternate Equipment 44 1) Instead of the specified equipment, the Contractor may, as approved, 45 operate other compaction equipment that produces equivalent results. 46 2) Discontinue the use of the alternate equipment and furnish the specified 47 equipment if the desired results are not achieved. 48 d. City may require Contractor to substitute equipment if production rate and 49 quality requirements of the Contract are not met. CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321216-19 ASPHALT PAVING Page 19 of 25 1 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as 2 required or approved. 3 14. Distributor vehicles 4 a. Furnish vehicle that can achieve a uniform tack coat placement. 5 b. The nozzle patterns, spray bar height and distribution pressure must work 6 together to produce uniform application. 7 c. The vehicle should be set to provide a "double lap" or "triple lap" coverage. 8 d. Nozzle spray patterns should be identical to one another along the distributor 9 spray bar. 10 e. Spray bar height should remain constant. 11 f. Pressure within the distributor must be capable of forcing the tack coat material 12 out of spray nozzles at a constant rate. 13 15. Coring Equipment 14 a. When coring is required, provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 B. Construction 1. Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Section. 2. Unless otherwise shown on the Drawings, provide the mix design. 3. The City will perform quality assurance (QA) testing. 4. Provide quality control (QC) testing as needed to meet the requirements of this Section. C. Production Operations 1. General 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. CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 32 12 16 - 20 ASPHALT PAVING Page 20 of 25 1 b. Monitor the temperature of the material in the truck before shipping to ensure 2 that it does not exceed 350 degrees F. The City will not pay for or allow 3 placement of any mixture produced at more than 350 degrees F. 4 c. Control the mixing time and temperature so that substantially all moisture is 5 removed from the mixture before discharging from the plant. 6 D. Placement Operations 7 1. Place the mixture to meet the typical section requirements and produce a smooth, 8 finished surface or base course with a uniform appearance and texture. 9 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 10 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, 11 or as directed. Ensure that all finished surfaces will drain properly. 12 4. When End Dump Trucks are used, ensure the bed does not contact the paver when 13 raised. 14 5. Placement can be performed by hand in situations where the paver cannot place it 15 adequately due to space restrictions. 16 6. Hand -placing should be minimized to prevent aggregate segregation and surface 17 texture issues. 18 7. All hand placement shall be checked with a straightedge or template before rolling 19 to ensure uniformity. 20 8. Place mixture within the compacted lift thickness shown in Table 9, unless 21 otherwise shown on the Drawings or otherwise directed. 22 Table 9 23 Compacted Lift Thickness and Required Core Hei ht Compacted Lift Thickness Mixture Type Minimum Maximum (in.) (in.) B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 24 25 9. Tack Coat 26 a. Clean the surface before placing the tack coat. Unless otherwise approved, 27 apply tack coat uniformly at the rate directed by the City. 28 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 29 square yard of surface area. 30 c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and 31 all joints. 32 d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal 33 beam guard fence and structures. 34 e. Roll the tack coat with a pneumatic -tire roller when directed. 35 f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive 36 properties. 37 g. The City may suspend paving operations until there is adequate adhesion. 38 h. The tack coat should be placed with enough time to break or set before 39 applying hot mix asphalt layers. 40 i. Traffic should not be allowed on tack coats. CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 32 12 16 - 21 ASPHALT PAVING Page 21 of 25 1 j. When a tacked road surface must be opened to traffic, they should be covered 2 with sand to provide friction and prevent pick-up. 3 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 4 10. General placement requirements 5 a. Material should be delivered to maintain a relatively constant head of material 6 in front of the screed. 7 b. The hopper should never be allowed to empty during paving. 8 c. Dumping wings between trucks not allowed. Dispose of at end of days 9 production. 10 E. Lay -Down Operation 11 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 12 placement temperatures. 13 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 14 pickup equipment so that substantially all the mixture deposited on the roadbed is 15 picked up and loaded into the paver. 16 Table 10 17 Suggested Minimum Mixture Placement Temperature High -Temperature Minimum Placement Binder Grade Temperature (Before Entering Paver) PG 64 or lower 260OF PG 70 270OF PG 76 280OF PG 82 or higher 290OF 18 F. Compaction 19 1. Use air void control unless ordinary compaction control is specified on the 20 Drawings. 21 2. Avoid displacement of the mixture. If displacement occurs, correct to the 22 satisfaction of the City. 23 3. Ensure pavement is fully compacted before allowing rollers to stand on the 24 pavement. 25 4. Unless otherwise directed, use only water or an approved release agent on rollers, 26 tamps, and other compaction equipment. 27 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 28 6. Unless otherwise directed, operate vibratory rollers in static mode when not 29 compacting, when changing directions, or when the plan depth of the pavement mat 30 is less than 1-1/2 inches. 31 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, 32 and similar structures and in locations that will not allow thorough compaction with 33 the rollers. 34 8. The City may require rolling with a trench roller on widened areas, in trenches, and 35 in other limited areas. 36 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 37 traffic unless otherwise directed. CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 32 12 16 - 22 ASPHALT PAVING Page 22 of 25 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. 2) Continue this procedure until a test section with 5 percent to 9 percent in - place air voids can be produced. 3) The City will allow only 2 test sections per day. 4) When a test section producing satisfactory in -place air void content is placed, resume full production. 12. Ordinary Compaction Control a. Furnish the type, size, and number of rollers required for compaction, as approved. Furnish at least 1 medium pneumatic -tire roller (minimum 12-ton weight). b. Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. c. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rolling pattern. e. Compact the pavement to meet the requirements of the Drawings and specifications. CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 32 12 16 - 23 ASPHALT PAVING Page 23 of 25 I £ When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling 2 the joint with the adjacent pavement and then continue by rolling longitudinally 3 at the sides. 4 g. Proceed toward the center of the pavement, overlapping on successive trips by 5 at least 1 ft., unless otherwise directed. 6 h. Make alternate trips of the roller slightly different in length. 7 i. On superelevated curves, begin rolling at the low side and progress toward the 8 high side unless otherwise directed. 9 G. Irregularities 10 1. Identify and correct irregularities including, but not limited to segregation, rutting, 11 raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller 12 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 13 particles. 14 2. The City may also identify irregularities, and in such cases, the City shall promptly 15 notify the Contractor. 16 3. If the City determines that the irregularity will adversely affect pavement 17 performance, the City may require the Contractor to remove and replace (at the 18 Contractor's expense) areas of the pavement that contain the irregularities and areas 19 where the mixture does not bond to the existing pavement. 20 4. If irregularities are detected, the City may require the Contractor to immediately 21 suspend operations or may allow the Contractor to continue operations for no more 22 than 1 day while the Contractor is taking appropriate corrective action. 23 5. The City may suspend production or placement operations until the problem is 24 corrected. 25 6. At the expense of the Contractor and to the satisfaction of the City, remove and 26 replace any mixture that does not bond to the existing pavement or that has other 27 surface irregularities identified above. 28 3.5 REPAIR 29 A. See Section 32 01 17. 30 3.6 QUALITY CONTROL 31 A. Production Testing 32 1. Perform production tests to verify asphalt paving meets the performance standard 33 required in the Drawings and specifications. 34 2. City to measure density of asphalt paving with nuclear gauge. 35 3. City to core asphalt paving from the normal thickness of section once acceptable 36 density achieved. City identifies location of cores. 37 a. Minimum core diameter: 4 inches 38 b. Minimum spacing: 200 feet 39 c. Minimum of 1 core every block 40 d. Alternate lanes between core 41 4. City to use cores to determine pavement thickness and calculate theoretical density. 42 a. City to perform theoretical density test a minimum of 1 per day per street. 43 B. Density Test 44 1. The average measured density of asphalt paving must meet specified density. CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 32 12 16 - 24 ASPHALT PAVING Page 24 of 25 1 2. Average of measurements per street not meeting the minimum specified strength 2 shall be subject to the money penalties or removal and replacement at the 3 Contractor's expense as show in Table 11. 4 5 Table 11 6 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. 7 8 3. The amount of penalty shall be deducted from payment due to Contractor. 9 4. These requirements are in addition to the requirements of Article 1.2. 10 C. Pavement Thickness Test 11 1. City measure each core thickness by averaging at least 3 measurements. 12 2. The number of tests and location shall be at the discretion of the City, unless 13 otherwise specified in the special provisions or on the Drawings. 14 3. In the event a deficiency in the thickness of pavement is revealed during production 15 testing, subsequent tests necessary to isolate the deficiency shall be at the 16 Contractor's expense. 17 4. The cost for additional coring test shall be at the same rate charged by commercial 18 laboratories. 19 5. Where the average thickness of pavement in the area found to be deficient, payment 20 shall be made at an adjusted price as specified in Table 12. 21 CITY OF FORT WORTH Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 32 12 16 - 25 ASPHALT PAVING Page 25 of 25 1 Table 12 2 Thickness Deficiency Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent - Not More than 10 percent 90 percent Greater Than 10 percent - Not More than 15 percent 80 percent remove and replace at Greater Than 15 percent the entire cost and expense of Contractor as directed by City. 3 4 6. If, in the judgment of the City, the area of such deficiency warrants removal, the 5 area shall be removed and replaced, at the Contractor's entire expense, with asphalt 6 paving of the thickness shown on the Drawings. 7 7. No additional payment over the contract unit price shall be made for any pavement 8 of a thickness exceeding that required by the Drawings. 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 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 Babers Manor Proposed Lot 1,131ock 33 Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 32 13 20- 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 6 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B.Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C.Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving Joint Sealants 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. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Thickened edge under sidewalk limits, if adjacent to curb or retaining wall 2. Concrete Curb at Back of Sidewalk (6 to 12-inch max) a. Measurement 1) Measurement for this Item shall be by the linear foot of completed and accepted Concrete Curb at the Back of Sidewalk within the 6 to 12-inch curb height at back of walk in its final position. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb at the Back of Sidewalk. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 9, 2022 32 13 20- 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 6 1 c. The price bid shall include: 2 1) Excavating and preparing the subgrade 3 2) Furnishing and placing all materials, including concrete and reinforcing 4 steel 5 3) Excavation in back of "retaining" curb 6 4) Furnishing, placing, and compacting backfill 7 3. Concrete Driveway 8 a. Measurement 9 1) Measurement for this Item shall be by the square foot of completed and 10 accepted Concrete Driveway in its final position for various: 11 a) Thicknesses 12 b) Types 13 2) Dimensions will be taken from the back of the projected curb, including the 14 area of the curb radii and will extend to the limits specified in the Drawings. 15 3) Sidewalk portion of drive will be included in driveway measurement. 16 4) Curb on drive will be included in the driveway measurement. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement" will be paid for at the unit 20 price bid per square foot of Concrete Driveway. 21 c. The price bid shall include: 22 1) Excavating and preparing the subgrade 23 2) Furnishing and placing all materials 24 3) Temporary asphalt transition at width shown on plans (typically 9 inches) 25 when the pavement adjacent to the driveway will be improved 26 27 4. Barrier Free Ramps 28 a. Measurement 29 1) Measurement for this Item shall be per each Barrier Free Ramp completed 30 and accepted for various: 31 a) Types 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 each "Barrier Free Ramp" installed. 36 c. The price bid shall include: 37 1) Excavating and preparing the subgrade 38 2) Furnishing and placing all materials 39 3) Curb Ramp 40 4) Landing and detectable warning surface as shown on the Drawings 41 5) Adjacent flares or side curb 42 6) Concrete gutter width along ramp opening 43 7) Doweling into adjacent concrete pavement, if applicable 44 1.3 REFERENCES 45 A.Abbreviations and Acronyms 46 1. TAS — Texas Accessibility Standards 47 2. TDLR — Texas Department of Licensing and Regulation 48 B.Reference Standards CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 9, 2022 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 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. American Society for Testing and Materials (ASTM) 5 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 6 Construction (Non -extruding and Resilient Types) 7 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 8 Standard Effort (12,400 ft-lbf/ft3) 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A.Mix Design: submit for approval. Section 32 13 13. 13 B.Product Data: submit product data and sample for pre -cast detectable warning for barrier 14 free ramp. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD CONDITIONS 20 A.Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 24 2.2 EQUIPMENT AND MATERIALS 25 A.Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the 26 finished work. 27 B. Concrete: see Section 32 13 13. 28 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 29 class for concrete sidewalks, driveways and barrier free ramps is shown in the 30 following table: 31 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 32 C.Reinforcement: see Section 32 13 13. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 9, 2022 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 1 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 2 bars at 18 inches on -center -both -ways at the center plane of all slabs, unless 3 otherwise shown on the Drawings or detailed specifications. 4 D.Joint Filler 5 1. Wood Filler: see Section 32 13 13. 6 2. Pre -Molded Asphalt Board Filler 7 a. Use only in areas where not practical for wood boards. 8 b. Pre -molded asphalt board filler: ASTM D545. 9 c. Install the required size and uniform thickness and as specified in Drawings. 10 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 11 mixture of asphalt and vegetable fiber and/or mineral filler. 12 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION 19 A. Surface Preparation 20 21 22 23 24 25 26 27 28 29 30 1. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over -excavation shall be repaired to the satisfaction of the City. B.Demolition / Removal 1. Sidewalk, Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 31 3.4 INSTALLATION 32 33 34 35 36 37 38 39 40 A.General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb or a pan driveway approach in accordance with the Drawings. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 9, 2022 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 1 4. All pedestrian facilities shall comply with provisions of TAS including location, 2 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 3 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 4 separate pay). 5 B.Folrns: Forms shall be securely staked to line and grade and maintained in a true position 6 during the depositing of concrete. 7 C.Reinforcement: see Section 32 13 13. 8 D.Concrete Placement: see Section 32 13 13. 9 E.Finishing 10 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, 11 even surface. 12 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 13 3. Provide exposed aggregate finish for driveways and sidewalks if specified. 14 4. Edge joints and sides shall with suitable tools. 15 F. Joints 16 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 17 using redwood. 18 2. Expansion joints shall be placed at intervals ten times the width of the sidewalk. 19 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 20 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 21 Similar material shall be placed around all obstructions protruding into or through 22 sidewalks or driveways. 23 4. All expansion joints shall be 1/2 inch in thickness. 24 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 25 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 26 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 27 marking tool. Saw cutting of joints to the required depth may be desirable on wider 28 sidewalks and is acceptable if approved by the City 29 7. When sidewalk is against the curb, expansion joints shall be spaced to match those 30 in the curb, possibly in addition to the required spacing above. 31 G.Barrier Free Ramp 32 1. Furnish and install red color detectable warning surface included in Standard 33 Product List, or approved equal. 34 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 35 of pedestrian travel, and extend to the limit of the width of the curb ramp (exclusive 36 of flares), the landing or the blended transition. 37 3. Locate detectable warning surface so that the edge nearest the curb line is at the 38 extension of the back of the curb. 39 4. Detectable warning surface may be curved along the corner radius. 40 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 321320-6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.3 — Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from... square foot of Concrete Sidewalk. to ...each "Barrier Free Ramp" installed. June 5, 2018 M Owen Revised Measurement and Payment.section. April 29, 2021 M Owen 1.2 A. 4. c. Revise Barrier Free Ramp — Payment Section December 9, M Owen 1.2 A. l.c. and 1.2 A. 3. c. Clarified what is included in bid items for sidewalk and 2021 driveway, respectively December 9, M Owen 3.4 G. Remove reference to specific DWS and referred to SPL, revised to clarify 2022 limit of DWS, and revised reference to back of curb for placement of DWS. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 9, 2022 32 1373- 1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Joint Sealant completed and accepted only when specified in the Drawings to be a pay item. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed, unless specifically specified on Drawings. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321373-2 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant has a minimum 2-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35 degrees F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion -type joint if surface temperature is below 35 degrees F or above 90 degrees F. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 3.4 INSTALLATION A. General 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the City prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 1. Section Includes: 6 1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on 7 the Drawings within the Roadway Right -of ways (Roadway ROW includes 8 medians and parkways between the curb and property line. 9 2. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 3. 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 1. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item and 20 measured as provided under "Measurement" will be paid for at the unit price 21 bid per cubic yard of in place/tamped Topsoil. 22 b. All excavation required by this Item in cut sections shall be measured in 23 accordance with provisions for the various excavation items involved with the 24 provision that excavation will be measured and paid for once, regardless of the 25 manipulations involved. 26 3. The price bid shall include: 27 a. Furnishing Topsoil 28 b. Loading 29 c. Hauling 30 d. Placing 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 329119-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.12 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 1. Topsoil 6 1. Use easily cultivated, fertile topsoil that: 7 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 8 soil materials, roots, stumps or stones larger than 1.0 inches 9 b. Has a high resistance to erosion 10 c. Is able to support plant growth 11 2. Secure topsoil from approved sources. 12 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 13 available upon request. 14 4. pH: 5.5 to 8.5. 15 5. Liquid Limit: 50 or less 16 6. Plasticity Index: 20 or less 17 7. Gradation: maximum of 10 percent passing No. 200 sieve 18 2. Water: Clean and free of industrial wastes and other substances harmful to the growth 19 of vegetation 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 1. Finishing of Roadway Right -of -Ways 27 1. Smoothly shape right-of-ways, shoulders, slopes, and ditches. 28 2. Cut right-of-ways to finish grade prior to the placing of any improvements in or 29 adjacent to the roadway. 30 3. In the event that unsuitable material for right-of-ways is encountered, extend the 31 depth of excavation in the right-of-ways to 6 inches and backfill with minimum of 3 32 inches of topsoil. 33 4. Make standard right-of-ways grade perpendicular to and draining to the curb line. 34 a. Minimum: 1 /4 inch per foot 35 b. Maximum:4:1 36 c. City may approve variations from these requirements in special cases. 37 5. Whenever the adjacent property is lower than the design curb grade and runoff 38 drains away from the street, the right-of-ways grade must be set level with the top 39 of the curb. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 32 91 19-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 6. The design grade from the right-of-ways extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. 2. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. a. Hand tamp or roll topsoil surface (with hand tamper or landscaping roller or other accepted method) and finish a minimum of 5 feet from all flatwork. 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 SUMMARYOF 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 11, 2022 1 2 3 4 PART 1- GENERAL 5 1.1 SUMMARY SECTION 32 92 13 SODDING 32 92 13 -1 SODDING Page 1 of 7 6 A. Section Includes: 7 1. Furnishing and installing grass sod as shown on Drawings, or as directed. 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 31 10 00 — Site Clearing 14 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 15 5. Section 32 84 23 - Irrigation 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Sod Placement 19 a. Measurement 20 1) Measurement for this Item shall be by the square yard of Sod complete in 21 place for uniform vegetative coverage. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price bid per square yard of Sod placed. 26 c. The price bid shall include: 27 1) Surface preparation, scarifying subgrade, cleaning, and fine grading as 28 described in section 3.3 Preparation 29 2) Furnishing and placing all sod (until established complete in place with no 30 gaps or overlaps) 31 3) Rolling and tamping 32 4) Watering (until established) 33 5) Fertilizer, if required by City to be determined by soil test 34 6) Disposal of surplus materials off site or as directed by City 35 7) Weed removal (until established) 36 8) Mowing of two cycles, beginning at thirty (30) days from installation or 37 when blade height is 4" or greater, whichever comes first 38 9) Mowing cycles shall be spaced a minimum of ten (10) days apart (until 39 established) 40 d. Exceptions to c. include the following for areas to be turned over to adjacent 41 properties for maintenance: CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised May 13, 2021 32 92 13 -2 SODDING Page 2 of 7 1 1) Sod shall be watered until turned over to adjacent property owner for 2 maintenance 3 2) Fertilization will not be required 4 3) Mowing not required for projects in areas where maintenance will be 5 immediately turned over to adjacent property owners 6 2. Mowing 7 a. Measurement 8 1) Measurement for this Item shall be per each for the project, beyond the two 9 (2) mow cycles included in sodding price, as approved and directed by the 10 City 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price bid per each. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 ACTION SUBMITTALS [NOT USED] 18 1.6 INFORMATIONAL SUBMITTALS 19 A. Certifications, Samples and Documentation 20 1. Certificates and/or labels and samples of sod, fertilizer, compost, soil amendments 21 and/or other materials, including a certificate from the vendor indicating sod is free 22 from weeds. 23 2. Delivery receipts and copies of invoices for materials used for this work shall be 24 subject to verification by the City 25 B. Exceptions 26 1. Certifications, samples and associated documentation will not be required for sod to 27 be turned over to adjacent property owner for maintenance 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Developer/contractor who plants material is responsible for the supervision of crew, the 32 site, and the maintenance of the material until the project is accepted by the City 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A. Sod 35 1. Protect from exposure to wind, sun and freezing. 36 2. Keep stacked sod moist, consistently throughout stack. 37 3. Sod upon delivery may be inspected by City 38 4. Harvesting and planting operations shall be coordinated with not more than seventy- 39 two (72) hours elapsing between harvesting and placement, rolling, tamping, and 40 watering of sod. 41 B. Fertilizer, as determined by soil testing report provided to Contractor, if specifically 42 required by City for the project. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised May 13, 2021 32 9213 -3 SODDING Page 3 of 7 1 1. Provide unopened bags labeled with the manufacturer's guaranteed fertilizer 2 analysis. 3 2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63. 4 3. Provide to City application rate for which fertilizer will be applied. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Grading of site and installation of topsoil must be approved by City prior to application 7 of sod. 8 1.12 WARRANTY 9 A. Warranty Period: Until project acceptance or through required maintenance period, 10 whichever is longer duration of time. 11 B. Warrant sod against defects in product, installation and workmanship. 12 1. Exceptions include 13 a. When maintenance is transferred to the adjacent property owner during the 14 project or after project acceptance 15 b. Vandalism caused by persons other than contractor or subcontractors of this 16 project 17 c. Improper watering by persons other than contractor or subcontractors of this 18 project 19 d. Damage caused by vehicles or equipment other than contractor or 20 subcontractors of this project. 21 e. Sod that goes dormant after job acceptance 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 24 2.2 MATERIALS AND EQUIPMENT 25 A. Materials 26 1. Sod 27 a. Sod Varieties (match existing if applicable) 28 1) "Cynodon dactylon TIF419" or "TIFWAY" or "TIFTUF" (Bermudagrass 29 hybrid) 30 2) or an approved St. Augustine grass 31 3) or an approved Zoysia grass 32 b. Sod must contain stolons, leaf blades, rhizomes and roots as appropriate to 33 species. 34 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 35 foreign materials and weeds and grasses deleterious to its growth or which might 36 affect its subsistence or hardiness when transplanted. 37 1) Johnsongrass not allowed 38 2) Nutgrass not allowed 39 3) Millet not allowed 40 d. Sod shall have been produced on growing beds of clay or clay loam topsoil. 41 e. Sod must not be harvested or planted when its moisture condition is so 42 excessively wet or dry that its survival will be affected. 43 2. Minimum sod thickness: 1/2-inch minimum CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised May 13, 2021 32 92 13 -4 SODDING Page 4 of 7 1 a. Maximum grass height: 2-inches 2 b. Dimensions 3 1) Machine cut to uniform soil thickness. 4 2) Sod is to be cut in strips 16-inches wide and 24-inches long or approved 5 equal. 6 3) Sod shall be of equal width and of a size that permits the sod to be lifted, 7 handled and rolled without breaking. 8 c. Broken or torn sod or sod with uneven ends shall be rejected. 9 d. Temporary Erosion Control or Over Seed of dormant sod— consist of the sowing 10 of cool season plant seed. Seed must be included between November 1 through 11 March 1 or as directed by the City. 12 13 Common Name Botanical Name Lbs./Acre Lbs./Acre broadcast drilled seed method method Elbon Rye Secale cereale 100-120 80-100 14 3. Fertilizer to be installed only as directed by City or as indicated in construction 15 documents 16 a. Determined by soil testing report 17 b. Acceptable condition for distribution per manufacturer's instructions 18 c. Applied uniformly over sod area. Do not fertilize inside the dripline of trees, or 19 Tree Protection Area. 20 4. Topsoil: See Section 32 91 19. 21 5. Water: clean and free of industrial wastes or other substances harmful to the 22 germination of seed or to the growth of the vegetation. 23 2.3 ACCESSORIES 24 A. SOD PINS 25 1. Metal 26 2. Wood pegs 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. City may examine site grading to ensure it conforms to approved drawings, prior to 32 installing sod. 33 1. City will notify Contractor if grading is to be inspected prior to sod installation. 34 2. If required for specific project, Contractor must coordinate inspection seventy-two 35 (72) hours prior to cutting of sod and delivery 36 B. Sod may be inspected by City upon delivery. 37 3.3 PREPARATION 38 A. Surface Preparation: clear surface of all material including the following and dispose of 39 off -site or as directed by City: CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised May 13, 2021 32 9213 -5 SODDING Page 5 of 7 1 1. Stumps, stones, and other objects larger than 1-inch. 2 2. Roots, brush, wire, stakes, etc. 3 3. Any objects that may interfere with sodding or maintenance. 4 B. Scarify Subgrade 5 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 6 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City approval 7 a. For tilled areas, use a heavy-duty disc or a chisel -type breaking plow, chisels 8 set not more than 10-inches apart. 9 b. Initial tillage shall be done in a crossing pattern for double coverage, then 10 followed by a disc harrow. Depth of tillage may be up to 3-inches. 11 c. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less 12 seed/water run-off 13 3. Areas near trees: Do not till within dripline of tree. Do not disturb the Tree Protection 14 Area, or canopy dripline. 15 C. Cleaning 16 1. Soil shall be further prepared by the removal of debris, building materials, rubbish, 17 and rock 1-inch and greater, and weeds. 18 2. Remove and dispose of debris off -site. 19 D. Fine Grading: 20 1. After scarifying or tilling and cleaning, all areas to be sodded shall have 3-inches of 21 topsoil placed, be leveled, fine graded by use of weighted spike and harrow, or float 22 drag, or hand grading to eliminate ruts, depressions, humps, and objectionable soil 23 clods. This shall be the final soil preparation step to be completed prior to 24 inspection before sodding. 25 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 26 3.4 INSTALLATION 27 A. General 28 1. Do not lay sod when ground is frozen. 29 2. Over -seeding with Elbon Rye shall be included from November 1 until March 1. 30 Refer to Section 32 92 14 "Seeding" for seed rates. 31 B.Installation 32 1. Plant sod specified after the area has been inspected and accepted by City for 33 planting 34 2. Scarify 2-inches of subgrade and place a minimum of 3-inches of topsoil per Section 35 32 91 19 on areas to receive sod. 36 3. Sod to be laid parallel to the contours in areas as specified. Sod to be laid 37 perpendicular to slopes greater than or equal to 4: 1. 38 4. Use care to retain native soil on the roots of the sod during the process of excavating, 39 hauling and planting. 40 5. Keep sod material moist from the time it is dug until planted. Dry sod shall be 41 rejected. 42 6. Fill in slumped areas due to watering to keep sod moist. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised May 13, 2021 32 92 13 -6 SODDING Page 6 of 7 1 7. Place sod so that the entire area designated for sodding is covered with no gaps or 2 overlapping material 3 8. Fill voids left in the solid sodding with additional sod and tamp. 4 9. Stagger joints and seams. 5 10. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. 6 a. Use pedestrian mechanical process (no motorized vehicles / equipment). 7 b. Low spots, or settlement greater than 1-inch, that may cause tripping hazard 8 shall be leveled 9 c. Finished grade of sod shall be maximum 1-inch below adjacent edges including 10 curbs, drives, and walkways. 11 11. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm 12 earth in areas that may slide due to the height or slope of the surface or nature of the 13 soil. 14 C. Watering and Finishing 15 1. Water sod to a minimum depth of 4-inches immediately after placed and tamped and 16 rolled. 17 2. Generally, as recommended by the vendor 18 3. Water source shall be clean and free of industrial waste or other substances harmful 19 to the germination of the seed or growth of the vegetation. 20 4. Water until 100 percent green and established as defined in 3.13. Dormant sod must 21 be over -seeded as directed in 2.2 A.2.d. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE -INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE 31 A. Sodding 32 1. Water and mow sod until completion and final acceptance of the Projector as 33 directed by the City. 34 2. Trim and maintain along edges including curbs, drives, and walkways with 35 maximum 1-inch surface elevation change. 36 3. Sod shall be rooted to scarified soil with continuous surface coverage with no gaps or 37 overlapping edges. 38 4. Includes protection, replanting, and maintaining grades with no settlement over 1- 39 inch, and immediate repair of erosion damage until the project receives final 40 acceptance. 41 5. Sod shall not be considered finally accepted until the sod has started to peg down 42 (roots growing into the soil) and is free from dead blocks of sod. CITY OF FORT WORTH Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised May 13, 2021 32 92 13 -7 SODDING Page 7 of 7 1 B. Acceptance 2 1. Sod shall be accepted once fully established. 3 a. Sodded area must have 100 percent ground coverage and a blade height of 3- 4 inches with 2 mow cycles, minimum ten (10) days apart, performed by the 5 Contractor prior to consideration of acceptance by the City. 6 b. Grass shall be actively growing and free of disease and pests. 7 c. Ground surface to be smooth and free of foreign material and rock or clods 1- 8 inch diameter and greater. 9 C. Replanting 10 1. Replant areas with dead blocks of sod (50 percent of individual block or greater). 11 D. Rejection 12 1. City may reject sod area based on the following items prior to final acceptance: 13 a. Weed populations 14 b. Poor installation including but not limited to gaps and/or overlapping sod 15 c. Disease and/or pests 16 d. Insufficient or over watering 17 e. Poor or improper maintenance 18 f. Soil settlement in excess of 1-inch. 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 22 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" May 13, 2021 M Owen throughout document. Updated 1.2 payment 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 Babers Manor Proposed Lot 1, Block 33, Eastwood Addition, Water, Sanitary Sewer, Paving, Drainage, and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised May 13, 2021 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 33 0130 -1 SEWER AND MANHOLE TESTING Page 1 of 7 SECTION 33 0130 SEWER AND MANHOLE TESTING A. Section Includes: 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test for 60-inch pipe and smaller. 4. Pipe testing will include low pressure air test of j oints for 27-inch or larger pipe. 5. Pipe testing will include deflection (mandrel) test for pipe. 6. Hydrostatic testing is not allowed. 7. Manhole testing will include vacuum test. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 80 00 — Modifications to Existing Concrete Structures 4. Section 33 04 50 — Cleaning of Sewer Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment 1. Pipe Testing a. Measurement 1) This Item is considered subsidiary to the sanitary sewer main (pipe) completed in place. b. Payment 1) The work performed and the materials furnishing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitary sewer main (pipe) complete in place, and no other compensation will be allowed. 2. Manhole Testing a. Measurement 1) Measurement for testing manholes shall be per each vacuum test. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7, 2018 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 0130 -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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7, 2018 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 0130 -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 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised September 7, 2018 33 0130 -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 stopwatch. 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 1 provides required time for given lengths of pipe for sizes 4-inch 23 through 60-inch based on the equation above. 24 25 UNI-13-6, 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 Specification Time for Length (L) Shown ;min:sec) 1 2 3 4 Pipe Munmum Length for Time for Diameter Time Minimum Longer 100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft (min: (in.) see)Time (ft) Length (sec) 4 3:46 597 .380 L 3:46 3:46 3:46 3:46 3:46 3:46 3:46 3:46 6 5:40 398 .854 L 5:40 5:40 5:40 5:40 5:40 5:40 5:42 6:24 8 7.34 298 1.520 L 7.34 7.34 7.34 7:34 7.36 8:52 10:08 11:24 10 9.26 239 2.374 L 9:26 9:26 9:26 9.53 11:52 13:51 15:49 17:48 12 11:20 199 3.418 L 11:20 11:20 11:24 14.15 17:05 19:56 22:47 253800 15 14:10 159 5.342 L 14.10 14.10 17:48 22:15 264200 310900 353600 400400 18 17:00 133 7.692 L 17:00 19:13 253800 320300 382700 445200 51:1600 574100 21 19:50 114 10.470 L 19:50 26:1000 345400 433700 522100 610000 694800 783100 24 22:40 99 13.674 L 22:47 34:1100 45:34:00 56:58:00 68:22:00 79:46:00 91:1000 10233:00 27 253000 88 17.306 L 285100 43:1600 57:41:00 72:07:00 86:32:00 100:57:00 1152200 1294800 30 28:20:00 80 21.366L 353700 532500 71:13:00 89:02:00 106:50:00 124:38:00 142:26:00 160:1500 33 31:10:00 72 25.852 L 430500 643800 86:10:00 107:43:00 129:16:00 150:43:00 17221:00 193:53:00 36 34:00:00 66 30.768 L 51:17:00 76:55:00 102:34:00 128:1200 153:50:00 1792900 2050700 2304600 42 394800 57 41.8831. 69:48:00 104:42:00 139:37:00 1743000 2092400 244:1900 279:13:00 3140700 48 45:34:00 50 54.705 L 91:10:00 136:45:00 182:21:00 2275500 273:31:00 3190600 3644200 410:1700 54 510200 44 69.236 L 115:24:00 173.05.00 230:47:00 288:29:00 346:11:00 403:53:00 461:3400 519:1600 60 564000 40 85.476 L 142:28:00 213.41.00 284:55:00 356:09:00 427:23:00 498:37:00 569:5000 641:0400 28 29 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7, 2018 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 0130 -5 SEWER AND MANHOLE TESTING Page 5 of 7 1 2 6. Stop test if no pressure loss has occurred during the first 25 percent of the 3 calculated testing time. 4 B. Low pressure joint air test (27 Inch or larger pipe) 5 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM 6 C 1103 as follows: 7 2. Equipment shall be the product of manufacturers having more than five years of 8 regular production of successful joint testers. Joint tester shall be as manufactured 9 by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 10 3. Follow equipment manufacturer's recommendations when performing tests; only 11 experienced technicians shall perform tests. 12 4. The testing equipment shall be assembled and positioned over the center of the pipe 13 joint and the end element tubes inflated to a maximum of 25 psi. 14 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and 15 pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to 16 testing. 17 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the 18 pressure from 3.5 psig to 2.5 psig. 19 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig 20 is greater than 10 seconds. 21 C. Deflection (mandrel) test (Pipe) 22 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 23 ensure that maximum allowable deflection is not exceeded. 24 2. Maximum percent deflection by pipe size is as follows: 25 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 26 27 D. Vacuum test (Manhole) 28 1. Test manhole prior to coating with epoxy or other material. 29 2. Draw a vacuum of 10 inches of mercury and turn off the pump. 30 3. With the valve closed, read the level vacuum level after the required test time. 31 4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7, 2018 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 1 2 33 0130 -6 SEWER AND MANHOLE TESTING Page 6 of 7 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7, 2018 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 0130 -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 Revision Log DATE NAME SUMMARY OF CHANGE 15 8/10/2018 W. Norwood 3.4.1) 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 3.4.A Include UNI-13-6, Table 1 for low pressure air test 4.4.13 Include individual joint testing requirements CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised September 7, 2018 3303 10- 1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 1 of 5 SECTION 33 03 10 BYPASS PUMPING OF EXISTING SEWER SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer lines unless otherwise specified in the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for "Bypass Pumping". 3. The price bid shall include: a. Mobilization b. Development of bypass plans c. Transportation and storage d. Setup e. Confined space entry f. Plugging g. Pumping h. Clean up i. Manhole restoration j. Surface restoration 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. Occupational Safety and Health Organization (OSHA). 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 330310-2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 1. Schedule meeting with City to review sewer shutdown prior to replacing or rehabilitating any facilities. 2. City reserves the right to delay schedule due to weather conditions, or other unexpected emergency within the sewer system. 3. Review bypass pumping arrangement or layout in the field with City prior to beginning operations. Facilitate preliminary bypass pumping run with City staff present to affirm the operation is satisfactory to the City. 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with City staff. 5. Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: a. Personnel on site b. Portable SCADA equipment 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to the handling of sewer flows. Submit the plan to the City for approval a minimum of 7 days prior to commencing work. Include the following details: 1. Schedule for installation and maintenance of the bypass pumping system 2. Staging areas for pumps 3. Pump sizes, capacity, number of each size, and power requirements 4. Calculations for static lift, friction losses, and velocity 5. Pump curves showing operating range and system head curves 6. Sewer plugging methods 7. Size, length, material, joint type, and method for installation of suction and discharge piping 8. Method of noise control for each pump and/or generator, if required 9. Standby power generator size and location 10. Suction and discharge piping plan 11. Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill 12. Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office, mobile) 13. A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT A. Pumping 1. Provide equipment that will convey 100 percent of wet weather peak flow conditions. 2. Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming the system. 3. Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. 5. If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. 6. Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping 1. Install pipes with joints which prevent the incident of flow spillage. C. Plugs or Stop Logs 1. Plugs a. Select a plug that is made for the size and potential pressure head that will be experienced. b. Provide an additional anchor, support or bracing to secure plug when back pressure is present. c. Use accurately calibrated air pressure gauges for monitoring the inflation pressure. d. Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. e. Never over inflate the plug beyond its pressure rating. 2. Stop Logs a. Use stop log devices designed for the manhole or sewer vault structure in use. b. If applicable, obtain stop logs from City that may be used on specific structures. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 330310-4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 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. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the City. B. Make preparations to comply with OSHA requirements when working in the presence of sewer gases, oxygen -deficient atmospheres and confined spaces. C. Do not begin bypass preparation and operation until City approval of the submittals requested per this Specification. 3.4 INSTALLATION A. Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. B. Sewer flow stoppage 1. Plugging a. Use confined space procedures and equipment during installation when necessary. b. Thoroughly clean the pipe before insertion of the plug. c. Insert the plug seal surface completely so it is fully supported by the pipe. d. Position the plug where there are not sharp edges or protrusions that may damage the plug. e. Use pressure gauges for measuring inflation pressures. f. Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. 4. Do not construct bypass facilities where vehicular traffic may travel over the piping. a. Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 330310-5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field [OR] Site Tests and Inspections 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. Have City staff on site during tests. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream disturbance. 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 1.6 — Clarified submittals required for 18" and larger lines CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 21 1 SECTION 33 05 10 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 CITY OF FORT WORTH Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 - 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 1 1. Trench Excavation, Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipe line 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility pipe for the 9 type of embedment and backfill as indicated on the plans. No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed 18 and materials furnished in accordance with pre -bid item and measured as 19 provided under "Measurement" will be paid for at the unit price bid per 20 cubic yard of "Imported Embedment/Backfill" delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per cubic yard of "Concrete Encasement for Utility Lines" per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing, hauling, placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when aground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for "Ground Water Control" 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 2, 2021 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements S CPN 105482 2 3 4 5 6 7 8 9 10 11 12 3305 10 - 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: PAVED AREAS UNPAVED AREAS 4 � J INITIAL BACKRLL W \� \�/ LLJ Z SPRINGLINE� - - - - - -� o W HAUNCHING BEDDING FOUNDATION kq EXCAVATED TRENCH WIDTH OD CLEARANCE CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 3. Deleterious materials —Harmful materials such as clay lumps, silts and organic 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 C 136-01 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 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 - 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. Within 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 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 - 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 %2" 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 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 - 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 C 131 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 C131 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 C123, less than 5.0 percent CITY OF FORT WORTH Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 1 (3) Organic impurities, ASTM C40, color no darker than standard 2 color 3 (4) Plasticity index of 4 or less when tested in accordance with ASTM 4 D4318. 5 b. Minimum of 4 percent cement content of Type I/II portland cement 6 c. Water 7 1) Potable water, free of soils, acids, alkalis, organic matter or other 8 deleterious substances, meeting requirements of ASTM C94 9 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 10 e. Strength 11 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 12 D1633, Method 13 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 14 D1633, Method 15 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 16 that exceeds the maximum compressive strength shall be removed by the 17 Contractor for no additional compensation. 18 f. Random samples of delivered product will be taken in the field at point of 19 delivery for each day of placement in the work area. Specimens will be prepared 20 in accordance with ASTM D1632. 21 10. Controlled Low Strength Material (CLSM) 22 a. Conform to Section 03 34 13 23 11. Trench Geotextile Fabric 24 a. Soils other than ML or OH in accordance with ASTM D2487 25 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 26 2) Fibers shall retain their relative position 27 3) Inert to biological degradation 28 4) Resist naturally occurring chemicals 29 5) UV Resistant 30 6) Mirafi 140N by Tencate, or approved equal 31 b. Soils Classified as ML or OH in accordance with ASTM D2487 32 1) High -tenacity monofilament polypropylene woven yarn 33 2) Percent open area of 8 percent to 10 percent 34 3) Fibers shall retain their relative position 35 4) Inert to biological degradation 36 5) Resist naturally occurring chemicals 37 6) UV Resistant 38 7) Mirafi FW402 by Tencate, or approved equal 39 12. Concrete Encasement 40 a. Conform to Section 03 30 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 2, 2021 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements S CPN 105482 3305 10-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Review all known, identified or marked utilities, whether public or private, prior to 8 excavation. 9 2. Locate and protect all known, identified and marked utilities or underground 10 facilities as excavation progresses. 11 3. Notify all utility owners within the project limits 48 hours prior to beginning 12 excavation. 13 4. The information and data shown in the Drawings with respect to utilities is 14 approximate and based on record information or on physical appurtenances 15 observed within the project limits. 16 5. Coordinate with the Owner(s) of underground facilities. 17 6. Immediately notify any utility owner of damages to underground facilities resulting 18 from construction activities. 19 7. Repair any damages resulting from the construction activities. 20 B. Notify the City immediately of any changed condition that impacts excavation and 21 installation of the proposed utility. 22 3.3 PREPARATION 23 A. Protection of In -Place Conditions 24 1. Pavement 25 a. Conduct activities in such a way that does not damage existing pavement that is 26 designated to remain. 27 1) Where desired to move equipment not licensed for operation on public 28 roads or across pavement, provide means to protect the pavement from all 29 damage. 30 b. Repair or replace any pavement damaged due to the negligence of the 31 contractor outside the limits designated for pavement removal at no additional 32 cost to the City. 33 2. Drainage 34 a. Maintain positive drainage during construction and re-establish drainage for all 35 swales and culverts affected by construction. 36 3. Trees 37 a. When operating outside of existing ROW, stake permanent and temporary 38 construction easements. 39 b. Restrict all construction activities to the designated easements and ROW. 40 c. Flag and protect all trees designated to remain in accordance with Section 31 10 41 00. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10-10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 1 d. Conduct excavation, embedment and backfill in a manner such that there is no 2 damage to the tree canopy. 3 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 4 specifically allowed by the City. 5 1) Pruning or trimming may only be accomplished with equipments 6 specifically designed for tree pruning or trimming. 7 f. Remove trees specifically designated to be removed in the Drawings in 8 accordance with Section 31 10 00. 9 4. Above ground Structures 10 a. Protect all above ground structures adjacent to the construction. 11 b. Remove above ground structures designated for removal in the Drawings in 12 accordance with Section 02 41 13 13 5. Traffic 14 a. Maintain existing traffic, except as modified by the traffic control plan, and in 15 accordance with Section 34 71 13. 16 b. Do not block access to driveways or alleys for extended periods of time unless: 17 1) Alternative access has been provided 18 2) Proper notification has been provided to the property owner or resident 19 3) It is specifically allowed in the traffic control plan 20 c. Use traffic rated plates to maintain access until access is restored. 21 6. Traffic Signal— Poles, Mast Arms, Pull boxes, Detector loops 22 a. Notify the City's Transportation Management Division a minimum of 48 hours 23 prior to any excavation that could impact the operations of an existing traffic 24 signal. 25 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 26 and detector loops. 27 c. Immediately notify the City's Transportation Management Division if any 28 damage occurs to any component of the traffic signal due to the contractors 29 activities. 30 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 31 cabinets, conduit and detector loops as a result of the construction activities. 32 7. Fences 33 a. Protect all fences designated to remain. 34 b. Leave fence in the equal or better condition as prior to construction. 35 3.4 INSTALLATION 36 A. Excavation 37 1. Excavate to a depth indicated on the Drawings. 38 2. Trench excavations are defined as unclassified. No additional payment shall be 39 granted for rock or other in -situ materials encountered in the trench. 40 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 41 and bracing in accordance with the Excavation Safety Plan. 42 4. The bottom of the excavation shall be firm and free from standing water. 43 a. Notify the City immediately if the water and/or the in -situ soils do not provide 44 for a firm trench bottom. 45 b. The City will determine if any changes are required in the pipe foundation or 46 bedding. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 -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 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 -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 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 excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 2, 2021 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements S CPN 105482 3305 10 -13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 8 2. Water Lines 16-inches through 24-inches in diameter: 9 a. The entire embedment zone shall be of uniform material. 10 b. Utility sand may be used for embedment when the excavated trench depth is 11 less than 15 feet deep. 12 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 13 trench depths 15 feet, or greater. 14 d. Crushed rock shall be used for embedment for steel pipe. 15 e. Provide trench geotextile fabric at any location where crushed rock or fine 16 crushed rock come into contact with utility sand 17 f. Place evenly spread bedding material on a firm trench bottom. 18 g. Provide firm, uniform bedding. 19 1) Additional bedding may be required if ground water is present in the 20 trench. 21 2) If additional crushed rock is required not specifically identified in the 22 Contract Documents, then crushed rock shall be paid by the pre -bid unit 23 price. 24 h. Place pipe on the bedding according to the alignment shown on the Drawings. 25 i. The pipe line shall be within: 26 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water 27 lines 28 j. Place and compact embedment material to adequately support haunches in 29 accordance with the pipe manufacturer's recommendations. 30 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 31 but not more than 12 inches, above the pipe. 32 1. Where gate valves are present, the initial backfill shall extend to up to the valve 33 nut. 34 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 35 ASTM D 698. 36 n. Density test performed by a commercial testing firm approved by the City to 37 verify that the compaction of embedment meets requirements. 38 o. Place trench geotextile fabric on top of the initial backfill. 39 p. Place marker tape on top of the trench geotextile fabric in accordance with 40 Section 33 05 26. 41 3. Water Lines 30-inches and greater in diameter 42 a. The entire embedment zone shall be of uniform material. 43 b. Crushed rock shall be used for embedment. 44 c. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contact with utility sand. 46 d. Place evenly spread bedding material on a firm trench bottom. 47 e. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 2, 2021 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements S CPN 105482 3305 10 -14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 f. Place pipe on the bedding according to the alignment shown on the Drawings. 5 g. The pipe line shall be within: 6 1) fl inch of the elevation on the Drawings for 30-inch and larger water lines 7 h. Place and compact embedment material to adequately support haunches in 8 accordance with the pipe manufacturer's recommendations. 9 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 10 not exceed the spring line prior to compaction. 11 j. Place remaining embedment, including initial backfill, to a minimum of 6 12 inches, but not more than 12 inches, above the pipe. 13 k. Where gate valves are present, the initial backfill shall extend to up to the valve 14 nut. 15 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 16 ASTM D 698. 17 m. Density test may be performed by a commercial testing firm approved by the 18 City to verify that the compaction of embedment meets requirements. 19 n. Place trench geotextile fabric on top of the initial backfill. 20 o. Place marker tape on top of the trench geotextile fabric in accordance with 21 Section 33 05 26. 22 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 23 a. The entire embedment zone shall be of uniform material. 24 b. Crushed rock shall be used for embedment. 25 c. Place evenly spread bedding material on a firm trench bottom. 26 d. Spread bedding so that lines and grades are maintained and that there are no 27 sags in the sanitary sewer pipe line. 28 e. Provide firm, uniform bedding. 29 1) Additional bedding may be required if ground water is present in the 30 trench. 31 2) If additional crushed rock is required which is not specifically identified in 32 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 33 price. 34 f. Place pipe on the bedding according to the alignment shown in the Drawings. 35 g. The pipe line shall be within f0.1 inches of the elevation, and be consistent 36 with the grade shown on the Drawings. 37 h. Place and compact embedment material to adequately support haunches in 38 accordance with the pipe manufacturer's recommendations. 39 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 40 exceed the spring line prior to compaction. 41 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 42 but not more than 12 inches, above the pipe. 43 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 44 ASTM D 698. 45 1. Density test may be performed by a commercial testing firm approved by the 46 City to verify that the compaction of embedment meets requirements. 47 m. Place trench geotextile fabric on top of the initial backfill. 48 n. Place marker tape on top of the trench geotextile fabric in accordance with 49 Section 33 05 26. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 -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. 4 b. Crushed rock shall be used for embedment up to the spring line. 5 c. The specified backfill material may be used above the spring line. 6 d. Place evenly spread bedding material on a firm trench bottom. 7 e. Spread bedding so that lines and grades are maintained and that there are no 8 sags in the storm sewer pipe line. 9 f. Provide firm, uniform bedding. 10 1) Additional bedding may be required if ground water is present in the 11 trench. 12 2) If additional crushed rock is required which is not specifically identified in 13 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 14 price. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe line shall be within f0.1 inches of the elevation, and be consistent 17 with the grade, shown on the Drawings. 18 i. Place embedment material up to the spring line. 19 1) Place embedment to ensure that adequate support is obtained in the haunch. 20 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 21 ASTM D 698. 22 k. Density test maybe performed by a commercial testing firm approved by the 23 City to verify that the compaction of embedment meets requirements. 24 1. Place trench geotextile fabric on top of pipe and crushed rock. 25 6. Storm Sewer (PP - Polypropylene) 26 a. The entire embedment zone shall be of uniform material. 27 b. Crushed rock shall be used for embedment up to top of pipe. 28 c. Place evenly spread bedding material on a firm trench bottom. 29 d. Spread bedding so that lines and grades are maintained and that there are no sags 30 in the storm sewer pipe line. 31 e. Provide firm, uniform bedding. 32 1) Additional bedding may be required if ground water is present in the 33 trench. 34 2) If additional crushed rock is required which is not specifically 35 identified in the Contract Documents, then crushed rock shall be paid 36 by the pre -bid unit price. 37 f. Place pipe on the bedding according to the alignment shown in the Drawings. 38 g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with 39 the grade shown on the Drawings. 40 h. Place and compact embedment material to adequately support haunches in 41 accordance with the pipe manufacturer's recommendations. 42 i. Compact the embedment and initial backfill to 95 percent Standard Proctor 43 ASTM D 698. 44 j. Density test may be performed by City to verify that the compaction of 45 embedment meets requirements. 46 k. Place trench geotextile fabric on top of the initial backfill. 47 7. Storm Sewer Reinforced Concrete Box 48 a. Crushed rock shall be used for bedding. 49 b. The pipe zone and the initial backfill shall be: CITY OF FORT WORTH Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 -16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 1 1) Crushed rock, or 2 2) Acceptable backfill material compacted to 95 percent Standard Proctor 3 density 4 c. Place evenly spread compacted bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the storm sewer pipe line. 7 e. Provide firm, uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 price. 13 f. Fill the annular space between multiple boxes with crushed rock, CLSM 14 according to 03 34 13. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the 17 grade, shown on the Drawings. 18 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 19 D698. 20 8. Water Services (Less than 2 Inches in Diameter) 21 a. The entire embedment zone shall be of uniform material. 22 b. Utility sand shall be generally used for embedment. 23 c. Place evenly spread bedding material on a firm trench bottom. 24 d. Provide firm, uniform bedding. 25 e. Place pipe on the bedding according to the alignment of the Plans. 26 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 27 9. Sanitary Sewer Services 28 a. The entire embedment zone shall be of uniform material. 29 b. Crushed rock shall be used for embedment. 30 c. Place evenly spread bedding material on a firm trench bottom. 31 d. Spread bedding so that lines and grades are maintained and that there are no 32 sags in the sanitary sewer pipe line. 33 e. Provide firm, uniform bedding. 34 1) Additional bedding may be required if ground water is present in the 35 trench. 36 2) If additional crushed rock is required which is not specifically identified in 37 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 38 price. 39 f. Place pipe on the bedding according to the alignment of the Drawings. 40 g. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 43 i. Density test may be required to verify that the compaction meets the density 44 requirements. 45 E. Trench Backfill 46 1. At a minimum, place backfill in such a manner that the required in -place density 47 and moisture content is obtained, and so that there will be no damage to the surface, 48 pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 -17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 a. Meeting the requirement herein does not relieve the responsibility to damages 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 to 15 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 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 -18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 1 b) Submit a Contract Claim for Extra Work associated with direction from 2 City. 3 2) The City shall: 4 a) Investigate soils and determine if Work can proceed in the identified 5 location. 6 b) Direct the Contractor of changed backfill procedures associated with 7 the saturated soils that may include: 8 (1) Imported backfill 9 (2) A site specific backfill design 10 5. Placement of Backfill 11 a. Use only compaction equipment specifically designed for compaction of a 12 particular soil type and within the space and depth limitation experienced in the 13 trench. 14 b. Flooding the trench or water setting is strictly prohibited. 15 c. Place in loose lifts not to exceed 12 inches. 16 d. Compact to specified densities. 17 e. Compact only on top of initial backfill, undisturbed trench or previously 18 compacted backfill. 19 f. Remove any loose materials due to the movement of any trench box or shoring 20 or due to sloughing of the trench wall. 21 g. Install appropriate tracking balls for water and sanitary sewer trenches in 22 accordance with Section 33 05 26. 23 6. Backfill Means and Methods Demonstration 24 a. Notify the City in writing with sufficient time for the City to obtain samples 25 and perform standard proctor test in accordance with ASTM D698. 26 b. The results of the standard proctor test must be received prior to beginning 27 excavation. 28 c. Upon commencing of backfill placement for the project the Contractor shall 29 demonstrate means and methods to obtain the required densities. 30 d. Demonstrate Means and Methods for compaction including: 31 1) Depth of lifts for backfill which shall not exceed 12 inches 32 2) Method of moisture control for excessively dry or wet backfill 33 3) Placement and moving trench box, if used 34 4) Compaction techniques in an open trench 35 5) Compaction techniques around structure 36 e. Provide a testing trench box to provide access to the recently backfilled 37 material. 38 f The City will provide a qualified testing lab full time during this period to 39 randomly test density and moisture continent. 40 1) The testing lab will provide results as available on the job site. 41 7. Varying Ground Conditions 42 a. Notify the City of varying ground conditions and the need for additional 43 proctors. 44 b. Request additional proctors when soil conditions change. 45 c. The City may acquire additional proctors at its discretion. 46 d. Significant changes in soil conditions will require an additional Means and 47 Methods demonstration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised April 2, 2021 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements S CPN 105482 3305 10 -19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 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 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) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the 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 DOCUMENT Revised April 2, 2021 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements S CPN 105482 3305 10 - 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 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 2, 2021 3305 10 - 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 Water, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 3305 13- 1 FRAME, COVER, AND GRADE RINGS Page 1 of 6 1 SECTION 33 0513 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 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 SUBMITTALSANFORMATIONAL SUBMITTALS 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 A.Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. All moldings shall display: a. Approved Molder b. Molding date c. Wording that material is non-metallic d. Country of origin 3. Provide manufacturers: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details 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 01 60 00 unless otherwise specified on the plans. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 01 25 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 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised September 9, 2022 330513-4 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 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised September 9, 2022 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] 11 12 13 END OF SECTION 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'h 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. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised September 9, 2022 33 05 17-1 CONCRETE COLLARS Page 1 of 4 1 SECTION 33 0517 2 CONCRETE COLLARS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. Concrete Collars for Valves 8 3. These Items are intended for use in asphalt streets and unimproved areas — not for 9 use in concrete streets. 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 03 80 00 — Modifications to Existing Concrete Structures 18 5. Section 33 05 13 — Frame, Cover, and Grade Rings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each "Concrete Collar for 27 Manhole" installed. 28 c. The price bid will include: 29 1) Concrete Collar 30 2) Excavation 31 3) Forms 32 4) Reinforcing steel (if required) 33 5) Concrete 34 6) Backfill 35 7) Pavement removal 36 8) Hauling 37 9) Disposal of excess material 38 10) Placement and compaction of backfill 39 11) Clean-up 40 12) Additional pavement around perimeter of concrete collar as required for 41 rim adjustment on existing manhole. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 05 17 -2 CONCRETE COLLARS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 Page 2 of 4 2. Valve a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Concrete Collar for Valve" installed. c. The price bid will include: 1) Concrete Collar 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Pavement removal 8) Hauling 9) Disposal of excess material 10) Placement and compaction of backfill 11) Clean-up 12) Additional pavement around perimeter of concrete collar as required for rim adjustment on existing manhole. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 05 17 - 3 CONCRETE COLLARS Page 3 of 4 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. ASTM International (ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL 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-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 21 A. Materials 22 1. Concrete — Conform to Section 03 30 00. 23 2. Reinforcing Steel — Conform to Section 03 2100. 24 3. Frame and Cover — Conform to Section 33 05 13. 25 4. Grade Ring — Conform to Section 33 05 13. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 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 33 05 17 -4 CONCRETE COLLARS Page 4 of 4 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. c. Sono Tube or approved equivalent may be used to perform the adjustment as substitute for grade rings. 2. Set frame on top of manhole or grade rings using continuous water sealant o clean smooth surface (when sono tube is used in lieu of grade rings, sealant is not required). 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D.Johnson 3/11/2022 M Owen CITY OF FORT WORTH END OF SECTION Revision Log SUMMARYOF CHANGE 1.1.A.2 — Blue text added to clarify where concrete collars are to be installed. Added measurement and payment for "Concrete Collar for Valve" and provided option to use Sono tube or approved equal product in lieu of grade rings STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 330530-1 LOCATION OF EXISTING UTILITIES SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire proj ect. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 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 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 331250-1 WATER SAMPLING STATIONS Page 1 of 5 SECTION 33 12 50 WATER SAMPLING STATIONS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Water sampling stations for potable water mains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section 1. 1-inch water service line a. From water main to curb stop (including tap) D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 12 10 — Water Services 1-inch to 2-inch 7. Section 33 12 25 — Connections to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Sampling Station a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Water Sampling Station" completed in place. c. The price bid includes: 1) Furnishing and installing Sampling Station with appurtenances as specified in the Drawings 2) Meter box and Lid 3) Concrete support block 4) Curb stop 5) Fittings 6) Incidental 5 feet of service line 7) Pavement Removal 8) Excavation 9) Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 12 50 - 2 WATER SAMPLING STATIONS Page 2 of 5 10) Disposal of excess material 11) Clean up 12) Disinfection 13) Testing 2. Water Sampling Station installed per City Standard Details. a. Measurement 1) This Item is considered subsidiary to Water Meter Vault. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price per each Water Meter Vault (with Sampling Station) installed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NSF International a. 61, Drinking Water System Components —Health Effects 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Product Data submitted in accordance with Section 33 12 10. 2. Sampling Station 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised December 20, 2012 331250-3 WATER SAMPLING STATIONS Page 3 of 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Water sampling station 1. Eclipse TM Number 88 Sampling Station, or approved equal, with 12-inch depth of bury 2. Lockable, aluminum weather shield enclosure 3. Brass internal piping and appurtenances 4. Galvanized riser pipe 5. Brass isolation valve with 3/4-inch female iron pipe inlet 6. Removable parts that require no excavation 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 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 1. Regulatory Requirements a. All Water Sampling Station components in contact with potable water shall conform to the requirements of NSF 61. C. Materials / Design Criteria 1. Water Service a. In accordance with Section 33 12 10 include: 1) 1-inch Water Service 2) 3/4-inch Water Service 3) 1-inch Corporation Stop 4) 1-inch Curb Stop 5) Fittings 6) 1-inch standard plastic meter box 2. Concrete Pad a. In accordance with Section 03 30 00 b. Dimensions 1) 2 feet x 2 feet 2) 6 inches thick c. Design CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 12 50 - 4 WATER SAMPLING STATIONS Page 4 of 5 1) Class `B' Concrete (2500 psi) 2) Reinforced with #4 Rebar 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests, Inspections and Markings 1. Conform to Section 33 12 10. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Sampling Station in accordance with City Standard Details and Section 33 12 10 Water to include: a. 1-inch Corporation Stop b. 1-inch Water Service c. 1-inch Curb Stop d. 1-inch 90 Degree Elbow e. 1 inch x 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 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 331250-5 WATER SAMPLING STATIONS Page 5 of 5 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 1.2.A. Lc —1-inch standard meter box added to price bid 12/20/2012 D. Johnson 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 333120-1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 1 of 6 SECTION 33 3120 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) pipe 4-inch through 48-inch for gravity sanitary sewer applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 0130 — Sewer and Manhole Testing 4. Section 33 01 31— Closed Circuit Television (CCTV) Inspection 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 26 —Utility Markers/Locators 7. Section 33 3150 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths, for miscellaneous projects only 3. The price bid shall include: a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction ofbackfill CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised September 9, 2022 333120-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of 6 h. Trench water stops i. Clean-up j. Cleaning k. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. c. D3034, Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 —Pipe Design. b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe. c. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.57 — Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5. Cell classification 6. Laying lengths B. Certificates CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised September 9, 2022 333120-3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of this Section and has been air and deflection tested and meets the requirements of ASTM D3034 and ASTM F679. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inch through 48-inch). 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section 0166 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 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. Performance / Design Criteria Pipe a. Meet all requirements of TCEQ. b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 and ASTM F679 for 18-inch through 48-inch 115PS. c. PVC Gravity Sanitary Sewer Pipe shall be verified by the UL. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised September 9, 2022 333120-4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 6 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewer pipe. f. PVC meeting the requirements of ASTM D 1784, with a cell classification of 12454 or 12364 g. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) = 1.0 f) Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (1) = t3/12, (in4/in), per pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Deflection = 5 percent h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least 1'/2 pipe diameters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if: Fb>Wp+Wf+Wd Where: Fb = buoyant force, pound per foot Wp = empty pipe weight, pound per foot Wf = weight of flooded soil, pound per foot Wd = weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site -specific soil conditions. i. Verify trench depths after existing utilities are located. j. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. k. In no case shall pipe be installed deeper than its design allows. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings a. Meet the minimum requirements of ASTM D3034 and ASTM F679. b. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised September 9, 2022 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 3) PVC cell classification 4) ASTM or Standard Dimension Ratio (SDR) designation 5) Seal of testing agency that verified the suitability of the pipe 4. Joints a. Joints shall be gasket, bell and spigot, push -on type conforming to ASTM D3212. b. Since each pipe manufacturer has a different design for push -on joints; gaskets shall be part of a complete pipe section and purchased as such. 5. Connections a. Only use manufactured fittings. b. See Section 33 3150. 6. Detectable Metallic Tape a. See Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 33 05 10, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC pipe in accordance with Section 33 05 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised September 9, 2022 333120-6 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6 of 6 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 3150. E. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Provide a Post -CCTV inspection in accordance with Section 33 0131. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/18/13 D. Johnson 2.2.13. Lb — Pipe Material Clarification 1.1 A. 1., 1.9 A. 1. C., and 2.2 B. 1. B. Revised upper range to 48-inch for gravity 9/9/2022 W Norwood sewer 2.2 B. 1. C. Revised from "approved" to "verified by UL CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised September 9, 2022 333150-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 10 1 SECTION 33 3150 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary sewer service connection, service line and 2-way cleanout from the main 7 to the right-of-way, as shown on the Drawings, directed by the Engineer and 8 specified herein for: 9 a. New Service 10 b. New Service (Bored) 11 c. Private Service Relocation 12 d. Service Reinstatement 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 05 10 —Utility Trench Excavation, Embedment and Backfill 19 4. Section 33 11 10 — Ductile Iron Pipe 20 5. Section 33 11 11 —Ductile Iron Fittings 21 6. Section 33 3120 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment [Items in this Section are intended to be combined for 24 specific project situations. For example - Items 1, 2 or 3 should be used alone for a 25 previously unserviced lot. Items 1, 2 or 3 should be used in conjunction with Item 5 for 26 a service relocate where the new service is 5 feet or less from the existing service. 27 Items I or 2 should be combined with Items 4 and 5 for a service relocate where the 28 service is being moved more than 5 feet from the existing service.] 29 1. New Sewer Service 30 a. Measurement 31 1) Measurement for this Item shall be per each "Sewer Service" complete in 32 place. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 will be paid for at the unit price bid per each "Sewer Service" installed for: 36 a) Various sizes 37 c. The price bid shall include: 38 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 39 the Drawings 40 2) Pavement removal 41 3) Excavation CITY OF FORT WORTH Babers Manors Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, And Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 26, 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 31 50 - 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 10 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout and cap with concrete pad 9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction of backfill 12) Clean-up 2. New Ductile Iron Sewer Service a. Measurement 1) Measurement for this Item shall be per each Ductile Iron Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "DIP Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New DIP Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout and cap with concrete pad 9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction ofbackfill 12) Clean-up 3. New Bored Sewer Service a. Measurement 1) Measurement for this Item shall be per each Bored Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation CITY OF FORT WORTH Babers Manors Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, And Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 26, 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 31 50 - 3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 10 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service Line 8) Fittings 9) 2-way cleanout and cap with concrete pad 10) Surface restoration surrounding 2-way cleanout 11) Furnishing, placing and compaction of embedment and backfill 12) Clean-up 4. Private Service Relocation a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole or appurtenance b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Private Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Obtaining appropriate Permit 2) Obtaining Right of Entry 3) Performing relocation as specified in the Drawings 4) Excavation 5) Hauling 6) Disposal of excess material 7) Service Line - private side by plumber 8) Fittings 9) Furnishing, placing and compaction of embedment 10) Furnishing, placing and compaction of backfill 11) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro - mulch paid separately) 5. Sewer Service Reconnection a. Measurement 1) Measurement for this Item shall be per each "Sewer Service Reconnection" complete in place from public service line connection to private service line connection. b. Payment 1) The work performed in conjunction with the relocation of a sewer service, associated with private service line, fittings and cleanout 5 feet or less in any direction from the centerline of the existing service line and the materials furnished in accordance with this Item will be paid for at the unit price per each "Sewer Service, Reconnection" performed for: a) Various service sizes c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to sewer service 4) Pavement removal CITY OF FORT WORTH Babers Manors Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, And Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 26, 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 33 31 50 - 4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 10 5) Excavation 6) Hauling 7) Disposal of excess material 8) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 9) 10) 11) Clean-up 6. 2-way Cleanout a. Measurement 1) Measurement for this Item shall be per each when only a "2-way Cleanout" is installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" installed for: a) Various sizes b) Various materials c. The price bid shall include: 1) Furnishing and installing the 2-way Cleanout and cap as specified in the Drawings 2) Pavement removal 3) Concrete pad 4) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of backfill 8) Clean-up 7. Service Reinstatement a. Measurement 1) Measurement for this Item shall be per each Reinstatement of Service associated with the sewer main being rehabilitated by a trenchless method. b. Payment 1) The 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 "Sewer Service, Reinstatement" for: a) Various sizes c. The price bid shall include: 1) Tap to existing main (if required) 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service line (if required) 8) Fittings 9) Furnishing, placing and compaction of embedment and backfill CITY OF FORT WORTH Babers Manors Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, And Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 26, 2013 33 31 50 - 5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 10 1 10) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro- 2 mulch paid separately)references 3 B. Definitions 4 1. New Service 5 a. New service applies to the installation of a service with connection to a new or 6 existing sewer main. 7 b. The service materials would include service line, fittings and cleanout. 8 2. Bored Service 9 a. Bored service applies to the installation of a service with connection to a new or 10 existing sewer main including a bore under an existing road. 11 b. The service materials would include service line, fittings and cleanout. 12 3. Private Service Relocation 13 a. Private service relocation applies to the replacement of the existing sewer 14 service line on private property typically associated with the relocation of the 15 existing main. 16 b. Typical main relocation will be from a rear lot easement or alley to the street. 17 4. Service Reinstatement 18 a. Service reinstatement applies to the reconnection of an existing service to an 19 existing main that has been rehabilitated by trenchless methods such as pipe 20 enlargement (pipe bursting), slip lining or CIPP. 21 C. Reference Standards 22 1. Reference standards cited in this Specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end of this 24 Specification, unless a date is specifically cited. 25 2. ASTM International (ASTM): 26 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 27 (PVC) Sewer Pipe and Fittings 28 b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic 29 Pipe, Schedules 40, 80 and 120. 30 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 31 Pipe for Sewers and Other Gravity -Flow Applications 32 d. ASTM D2412 Standard Test Method for Determination of External Loading 33 Characteristics of Plastic Pipe by Parallel -Plate Loading 34 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 35 Pipes Using Flexible Elastomeric Seals 36 3. Texas Commission on Environmental Quality 37 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying 38 Pipe and Rule 39 b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 — Manholes and Related 40 Structures 41 1.3 ADMINISTRATIVE REQUIREMENTS 42 A. Scheduling 43 1. Provide advance notice for service interruption to property owner and meet 44 requirements of Division 0. CITY OF FORT WORTH Babers Manors Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, And Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 26, 2013 33 31 50 - 6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 10 1 1.4 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery. 4 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Product data shall include, if applicable: 6 1. Tee connection or saddle 7 2. Fittings (including type of cleanout) 8 3. Service line 9 B. Certificates 10 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 11 this Section. 12 1.6 CLOSEOUT SUBMITTALS [NOT USED] 13 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.8 QUALITY ASSURANCE [NOT USED] 15 1.9 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 18 guidelines. 19 2. Protect all parts such that no damage or deterioration will occur during a prolonged 20 delay from the time of shipment until installation is completed and the units and 21 equipment are ready for operation. 22 3. Protect all equipment and parts against any damage during a prolonged period at the 23 site. 24 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 25 extremes in temperature. 26 5. Secure and maintain a location to store the material in accordance with Section 01 27 6600. 28 1.10 FIELD [SITE] CONDITIONS [NOT USED] 29 1.11 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 33 A. Manufacturers 34 1. Only the manufacturers as listed on the City's Standard Products List will be 35 considered as shown in Section 0160 00. 36 a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH Babers Manors Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, And Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 26, 2013 33 31 50 - 7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 10 1 2. Any product that is not listed on the Standard Products List is considered a 2 substitution and shall be submitted in accordance with Section 0125 00. 3 3. The services and appurtenances shall be new and the product of a manufacturer 4 regularly engaged in the manufacturing of services and appurtenances having 5 similar service and size. 6 B. Materials/Design Criteria 7 1. Service Line and Fittings (including tee connections) 8 a. PVC pipe and fittings on public property shall be in accordance with Section 33 9 3120. 10 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 11 with ASTM D1785. 12 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 13 with Section 33 11 10 and Section 33 11 11. 14 2. Service saddle 15 a. Service saddles shall only be allowed when connecting a new service to an 16 existing sanitary sewer main and shall: 17 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with 18 neoprene gasket for seal against main 19 2) Use saddle to fit outside diameter of main 20 3) Use saddle with grooves to retain band clamps 21 4) Use at least 2 stainless steel band clamps for securing saddles to the main 22 b. Inserta tees service connections may not be used. 23 3. Cleanout 24 a. Cleanout stack material should be in accordance with City Standard Details or 25 as shown on Drawings. 26 b. For paved areas, provide a cast iron cleanout and cast iron lid. 27 c. For unpaved areas, provide PVC cleanout and polyethylene lid. 28 4. Coupling 29 a. For connections between new PVC pipe stub out and existing service line, use 30 rubber sleeve couplings with stainless steel double -band repair sleeves to 31 connect to the line. 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL [NOT USED] 34 PART 3 - EXECUTION [NOT USED] 35 3.1 INSTALLERS 36 A. A licensed plumber is required for installations of the service line on private property. 37 3.2 EXAMINATION [NOT USED] 38 3.3 PREPARATION [NOT USED] 39 3.4 INSTALLATION 40 A. General CITY OF FORT WORTH Babers Manors Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, And Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 26, 2013 333150-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 10 1 1. Install service line, fittings and cleanout as specified herein, as specified in Section 2 33 05 10 and in accordance with the pipe manufacturer's recommendations. 3 B. Handling 4 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle 5 with care to avoid damage. 6 a. Inspect each segment of service line and rejector repair any damaged pipe 7 prior to lowering into the trench. 8 2. Do not handle the pipe in such a way that will damage the pipe. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 C. Service Line 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard details, or at lines and grades as indicated in the Drawings. 2. If service line is installed by bore as an alternative to open cut, the cost associated with open cut installation, such as pavement removal, trenching, embedment and backfill and pavement patch will not be included as part of the bore installation. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed PVC Pipe in accordance with 33 05 10. D. Cleanout 1. Install out of traffic areas such as driveways, streets and sidewalks whenever possible. a. When not possible, install cast iron cleanout stack and cap. 2. Install 2-way cleanout in non -paved areas in accordance with City Standard Details. 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. E. Service line connection to main 1. New service on new or replacement main a. Determine location of service connections before main installation so the service fittings can be installed during main installation. b. Connect service line to main with a molded or fabricated tee fitting. 2. Reconnection to main after pipe enlargement a. Tapping the existing main and installing a strap on tee connection may be used. b. Allow the new main to recover from imposed stretch before tapping and service installation. 1) Follow manufacturer's recommendation for the length of time needed. c. Tap main at 45 degree angle to horizontal when possible. 1) Avoid tapping the top of main. d. Extend service line from main to property line or easement line before connecting to the existing service line. 3. New service on existing main a. Connect service line to main with a molded or fabricated tee fitting if possible. b. Tapping the existing main and installing a strap on tee connection may be used. F. Private Service Relocation 1. Requirements for the relocation of service line on private property a. A licensed plumber must be used to install service line on private property. b. Obtain permit from the Development Department for work on private property. c. Pay for any inspection or permit fees associated with work on private property. CITY OF FORT WORTH Babers Manors Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, And Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 26, 2013 33 31 50 - 9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 10 1 d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the 2 building cleanout and compare to data on the Drawings before beginning 3 service installation. 4 e. Submit elevation information to the City inspector. 5 f. Verify that the 2 percent slope installation requirement can be met. 6 1) If the 2 percent slope cannot be met, verify with the Engineer that line may 7 be installed at the lesser slope. 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE -INSTALLATION 10 A. Service Relocation 11 1. All relocations that are not installed as designed or fail to meet the City code shall 12 be reinstalled at the Contractor's expense. 13 3.7 FIELD QUALITY CONTROL 14 A. Inspections 15 1. Private property service line requires approval by the City plumbing inspector 16 before final acceptance. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 25 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Throughout — Deep Sewer Service was removed 1.2 — Measurement and Payment Items were revised to include relocation and 12/20/2012 D. Johnson reconnection; Blue text was added for guidance in applying the bid Items; Price bid lists revised to include clean -out caps, pads and surface restoration. Added the phrase `, including grass' to lines; Part 1, 1.2.A.1.c.9, Partl, 1.2.A.2.c.9, Part 1,1.2.A.5.c.8, Partl, 1.2.A.6.c.4 2/13/2013 F. Griffin Added the phrase `- surface restoration, including grass' to lines; Part 1, 1.2.A.4.c.11, Part 1, 1.2.A.7.10 Removed the phrase `surrounding 2-way cleanout' from lines; CITY OF FORT WORTH Babers Manors Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, And Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 26, 2013 33 31 50 - 10 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 10 of 10 Part 1, 1.2.A.1.c.9, Part 1, 1.2.A.2.c.9, Part 1, 1.2.A.6.c.4 Revised lines with `including grass' replacing with `excluding grass (seeding, sodding or hydromulching paid separately)' 4/26/2013 F. Griffin Included in Part 1, 1.2, A, 1, c, 9; Part 1, 1.2, A, 2, c, 9; Part 1, 1.2, A, 4, c, 11; Part 1, 1.2, A, 5, c, 8; Part 1, 1.2, A, 6, c, 4; Part 1, 1.2, A, 7, c, 10 CITY OF FORT WORTH Babers Manors Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage, And Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 26, 2013 33 3960 -1 LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 12 1 SECTION 33 39 60 2 LINERS FOR SANITARY SEWER STRUCTURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high -build epoxy coating system (or modified polymer liner 7 system, i.e. SpectraShield) to concrete utility structures such as manholes, lift 8 station wet wells, junction boxes or other concrete facilities that may need 9 protection from corrosive materials. This covers rehabilitation of existing sanitary 10 sewer structures and newly installed sanitary sewer structures. 11 2. For sanitary sewer mains 8-inch diameter and larger, use of a structural liner 12 system, Warren Environmental System 301, ARC S1HB by A.W. Chesterton 13 Company, is acceptable. 14 3. For sanitary sewer mains 8-inch diameter and smaller, and less than 6-feet in depth, 15 use of a liner system, SpectraShield, is acceptable. 16 B. Deviations from this 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 33 0130 — Sewer and Manhole Testing 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Manholes 26 a. Measurement 27 1) Measurement for this Item shall be per vertical foot of coating as measured 28 from 2-inches below the bottom of the removable cover (not frame) to the top 29 of the bench. This includes lining of all exposed concrete, the bench and 30 invert, thru the use of flow control devices (i.e. temporary plugs, sand 31 bags), to temporarily block flow. However, as a last resort and with prior 32 written approval from Water Field Operations, if the flow cannot be 33 blocked temporarily, then the lining would stop 3-inches from the edge of 34 the water in the pipe. This item covers the total vertical footage for the 35 specific bid items of various manhole sizes (i.e. 4 foot diameter, 5 foot 36 diameter, Specific Manhole Designs for lines larger than 36-inch, etc.) and 37 specific types (Standard Manhole, Drop Manhole, Type "A" Manhole, 38 Shallow Manhole, including additional depth beyond 6 foot). 39 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 3960 -2 LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 12 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 vertical foot of "Manhole Liner" applied. 4 c. The price bid shall include: 5 1) Removal of roots 6 2) Removal of existing coatings 7 3) Eliminating any leaks 8 4) Removal of steps 9 5) Repair/seal connection of the existing frame to chimney 10 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, 11 bench, including any replacement of damaged rebar, pipe 12 7) Surface cleaning 13 8) Furnishing and installing Liner as specified by the Drawings 14 9) Hauling 15 10) Disposal of excess material 16 11) Site Clean-up 17 12) Manhole and Invert Cleaning 18 13) Testing 19 14) Re -Testing 20 2. Non -Manhole Structures 21 a. Measurement 22 1) Measurement for this Item shall be per square foot of area where the 23 coating is applied. 24 b. Payment 25 1) The work performed, and materials furnished in accordance with this Item 26 and measured as provided under "Measurement" shall be paid for at the unit 27 price bid per square foot of "Structure Liner" applied. 28 c. The price bid shall include: 29 1) Removal of roots 30 2) Removal of existing coatings 31 3) Eliminating any leaks 32 4) Removal of steps 33 5) Repair/seal connection of the existing frame to chimney 34 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, 35 bench, including any replacement of damaged rebar, pipe 36 7) Surface cleaning 37 8) Furnishing and installing Liner as specified by the Drawings 38 9) Hauling 39 10) Disposal of excess material 40 11) Site Clean-up 41 12) Manhole and Invert Cleaning 42 13) Testing 43 14) Re -Testing 44 1.3 REFERENCES 45 A. Reference Standards 46 1. Reference standards cited in this Specification refer to the current reference 47 standard published at the time of the latest revision date logged at the end of this 48 Specification, unless a date is specifically cited. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 33 3960 -3 LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 12 1 2. ASTM International (ASTM): 2 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 3 Reagents. 4 b. D638, Standard Test Method for Tensile Properties of Plastics. 5 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 6 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 7 Reinforced Plastics and Electrical Insulating Materials. 8 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 9 the Taber Abraser. 10 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 11 Gages. 12 g. D7234, Stand Test Method for Pull -Off Adhesion strength of Coatings on 13 Concrete Using Portable Pull -Off Adhesion Testers. 14 3. Environmental Protection Agency (EPA). 15 4. NACE International (NACE). Published standards from the National 16 Association of Corrosion Engineers 17 5. Occupational Safety and Health Administration (OSHA). Employ a trench 18 safety system in accordance with Section 19 6. Resource Conservation and Recovery Act, (RCRA). 20 7. The Society for Protective Coatings/NACE International (SSPC/NACE): 21 a. SP 13/NACE No. 6, Surface Preparation of Concrete. This includes 22 monitoring for hydrogen sulfide, methane, or low oxygen. Also includes 23 flow control equipment. Surface preparation equipment may include high 24 pressure water cleaning (3500 psi) and shall be suited to provide a surface 25 compatible for installation of the liner system. Surface preparation shall 26 produce a clean, abraded, and sound surface, with no evidence of loose 27 concrete, loose brick, loose mortar, oil, grease, rust, scale, other 28 contaminants or debris, and shall display a surface profile suitable for 29 application of the liner system. 30 b. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on 31 Conductive Substrates 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. Technical data sheet on each product used 39 2. Material Safety Data Sheet (MSDS) for each product used 40 3. Copies of independent testing performed on the coating product indicating the 41 product meets the requirements as specified herein 42 4. Technical data sheet and project specific data for repair materials to be topcoated 43 with the coating product including application, cure time and surface preparation 44 procedures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 3960 -4 LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 12 1 5. Material and method for repair of leaks or cracks in the structure. This 2 applies to repair work on both existing structures, manholes and new installed 3 manholes (including Developer projects) that have been identified with cracks, 4 voids, signs of infiltration, other structural defects or other related 5 construction damage. 6 B. Contractor Data 7 1. Current documentation from coating product manufacturer certifying Contractor's 8 training (and/or licensed) as an approved installer and equipment complies with the 9 Quality Assurance requirements specified herein 10 2. 5 recent references of Contractor indicating successful application of coating 11 product(s) of the same material type as specified herein, applied by spray 12 application within the municipal wastewater environment. References shall include 13 at least the following: owner name, City inspector name and phone number, project 14 name/number, size and linear footage of sanitary sewer main, manhole diameter, 15 structure dimensions and number of each, square feet (or vertical feet) of product 16 installed, contract cost, and contract duration. Contractor must demonstrate a 17 successful history of installing the product in structures of similar size and scope 18 and update this each time the contractor applies for and renews its Prequalification 19 for the Water Department. 20 3. For Developer Projects — at the time of Contractor selection, the 21 Prequalification Statement, Section 00 45 12 shall be submitted to the City, 22 clearly indicating the contractor prequalified for installation of 23 structure/manhole liner. No other bid submittals shall be accepted that 24 include lining contractors whose prequalification term has expired or is not on 25 the active contractor list at the time of Contractor selection. If the submitted 26 forms for this project not acceptable, the City will refer to the current active 27 contractor prequalification list, and the Contractor shall select the appropriate 28 manhole lining subcontractor based on the project scope of work. The 29 Contractor shall then provide the revised Prequalification Statement Section 30 00 45 12 for review and acceptance. 31 4. This Specification (along with the CCTV Specification) and the associated 32 submittals including the work plan, QA/QC, testing, closeout documents, etc. 33 shall be discussed as part of the Pre -Construction Agenda for each project 34 (Developer projects included). 35 5. For any project, Developer projects included - If the Contractor proceeds with 36 application of an unapproved lining product and/or using an unqualified 37 subcontractor for lining, the City shall recommend either repair and/or 38 removal of any defective lining material and have the Contractor select an 39 approved subcontractor that can apply the approved lining materials. This 40 work shall be at no additional cost to the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 3960 -5 LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 12 1 6. Schedule and Sequence of Construction— Considering this is a specialized 2 installation performed by only certified applicators, the schedule for this work 3 has a lead time that shall be included in the Contractor's schedule. If the 4 Contractor does not provide written notification and/or fails to schedule the 5 subcontractor in advance, the City shall not be responsible for any additional 6 costs and/or delays caused by the Contractor. Contractor shall provide the 7 updated construction schedule and work plan (including manhole preparation, 8 repairs, lining, testing, etc.) in accordance with Section 013216 at least 1 week 9 prior to start of lining activities to the City Inspector, City Project Manager, 10 Water Field Operations, and Water Capital Projects. Equipment shall be on - II site and in working order for the testing. If the Contractor is unable to have 12 equipment ready for testing, the test date shall be rescheduled accordingly 13 with the Inspector. The updated construction schedule shall clearly indicate 14 all related construction activities at the manholes before and after lining. All 15 paving activities, including any final grade adjustments for manholes outside 16 pavement, shall be completed before Contractor begins lining work. After 17 liner installation, Contractor shall wait a minimum of 48 hours to allow the 18 liner material to fully cure before returning the system to normal service. 19 CCTV per Section 33 0131 shall be scheduled after the lining has been 20 completed to document and confirm the manholes have been lined. 21 1.7 CLOSEOUT SUBMITTALS 22 A. Testing Documentation 23 1. Provide test results required in Section 2.4 and Section 3.7 to City. 24 a. Include the following manhole or structure location information: 25 1) Existing sanitary sewer main/lateral number. For Developer Projects, 26 provide proposed sanitary sewer line number as designated on the plans 27 and provide the existing sanitary sewer main/lateral number at 28 connection to the existing manhole (if applicable). 29 2) Station number 30 3) GIS ID number (if provided during construction). 31 b. Inspection report of each manhole/structure tested (See attached sample 32 reports to be used for Wet Film Thickness, Manhole Holiday/Spark 33 Detection, and Manhole Adhesion Test). 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Qualifications 37 1. Contractor 38 a. Be trained by, or have training approved and certified by, the coating product 39 manufacturer for the handling, mixing, application and inspection of the coating 40 product(s) to be used as specified herein 41 b. Initiate and enforce quality control procedures consistent with the coating 42 product(s) manufacturer recommendations and applicable NACE or SSPC 43 standards as referenced herein 44 1.10 DELIVERY, STORAGE, AND HANDLING 45 A. Keep materials dry, protected from weather and stored under cover. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 33 3960 -6 LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 12 1 B. Store coating materials between 50 degrees F and 90 degrees F. 2 C. Do not store near flame, heat or strong oxidants. 3 D. Handle coating materials according to their material safety data sheets. 4 1.11 FIELD [SITE] CONDITIONS 5 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 6 perform the specified work. Active flows shall be diverted with flow through plugs as 7 required to ensure that flow is maintained off the surfaces to be lined. 8 1.12 WARRANTY 9 A. Contractor Warranty 10 1. Contractor's Warranty shall be in accordance with Division 0. 11 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 13 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 14 A. Repair and Resurfacing Products 15 1. Compatible with the specified coating product(s) in order to bond effectively, thus 16 forming a composite system 17 2. Used and applied in accordance with the manufacturer's recommendations 18 3. The repair and resurfacing products must meet the following: 19 a. 100 percent solids, solvent -free epoxy grout specifically formulated for epoxy 20 topcoating compatibility 21 b. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink 22 repair mortar that can be toweled or pneumatically spray applied and 23 specifically formulated to be suitable for topcoating with the specified coating 24 product used 25 B. Coating Product 26 1. Capable of being installed and curing properly within a manhole or concrete utility 27 environment 28 2. Resistant to all forms of chemical or bacteriological attack found in municipal 29 sanitary sewer systems; and, capable of adhering to typical manhole structure 30 substrates 31 3. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the 32 following characteristics: 33 a. Application Temperature — 50 degrees F, minimum 34 b. Thickness —125 mils minimum for newly installed structures; 250 mils 35 minimum for rehabilitation of existing structures (Warren Environmental 36 System 301, ARC S1HB by A.W. Chesterton Company) 37 c. Color — White, Light Blue, or Beige 38 d. Compressive Strength (per ASTM D695) — 8,800 psi minimum 39 e. Tensile Strength (per ASTM D638) — 7,500 psi minimum 40 f. Hardness, Shore D (per ASTM D4541) — 70 minimum CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 3960 -7 LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 12 1 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss 2 maximum 3 h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum 4 i. Flexural Strength (per ASTM D790) — 12,000 psi minimum 5 j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) 6 failure 7 k. Chemical Resistance (per ASTM D543/G20) all types of service for: 8 1) Municipal sanitary sewer environment 9 2) Sulfuric acid, 70 percent 10 3) Sodium hydroxide, 20 percent 11 4. Or, the multi -layer modified polyurea and polyurethane shall exhibit the following 12 characteristics: 13 a. Application Temperature — 50 degrees F, minimum 14 b. Thickness — 500 mils minimum (SpectraShield) 15 c. Moisture Barrier and Final Corrosion Barrier 16 1) Color —Pink 17 2) Tensile Strength (per ASTM D412) — 2550 psi minimum 18 3) Hardness, Shore D (per ASTM D2240) — 56 minimum 19 4) Abrasion Resistance (per ASTM D4060) — 20 mg loss maximum 20 5) Percent Elongation (per ASTM D412) — 269 21 d. Surfacer 22 1) Compressive Strength (per ASTM D1621) — 100 psi minimum 23 2) Density (per ASTM D 1622) — 5 lbs/cu ft minimum 24 3) Shear Strength (per ASTM C273) — 230 psi minimum 25 4) Closed Cell Content (per ASTM D 1940) — >95% 26 C. Coating Application Equipment 27 1. Manufacturer approved heated plural component spray equipment 28 2. Hard to reach areas, primer application and touch-up may be performed using hand 29 tools. 30 3. Applicator shall use approved specialty equipment that is adequate in size, capacity, 31 and number sufficient to accomplish the work in a timely manner. 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL 34 A. Coating Thickness Testing 35 1. Film Thickness Testing for epoxy systems 36 a. Take wet film thickness gauge measurements per ASTM D4414 — Standard 37 Practice for Measurement of Wet Film Thickness by Notch Gages at 3 locations 38 within the manhole, 2 spaced equally apart along the wall and 1 on the bench. 39 1) Document and attest measurements and provide to the City using the form 40 at the end of this specification. 41 2. Thickness testing for modified polymer liner system 42 a. Upon installation of the Final Corrosion Barrier insert probe into substrate for 43 depth of system measurement at 3 locations within the manhole, 2 spaced 44 equally apart along the wall and 1 on the bench. 45 3. Document all testing results and provide to the City using the form at the end of this 46 specification. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,13lock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 33 3960 -8 LINERS FOR SANITARY SEWER STRUCTURES Page 8 of 12 B. Non -Conforming Work 2 1. City reserves the right to require additional testing depending on the rate of failure. 3 2. City will select testing locations. 4 C. Testing Frequency 5 1. Projects with 10 or less manholes and/or structures test all. 6 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 7 percent of manholes and/or structures after the first 10. 8 3. City will select the manholes and/or structures to be tested. 9 PART 3- EXECUTION 10 3.1 INSTALLERS 11 A. All installers shall be certified applicators approved by the manufacturers. Applicator 12 shall use adequate number of skilled workmen that have been trained and experienced for 13 the approved product. 14 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION 17 A. Manhole Preparation 18 1. Stop active flows via damming, plugging or diverting as required to ensure all 19 liquids are maintained below or away from the surfaces to be coated. 20 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 21 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 22 source. 23 a. Where varying surface temperatures do exist, coating installation should be 24 scheduled when the temperature is falling versus rising. 25 B. Surface Preparation 26 1. Remove oils, roots, grease, incompatible existing coatings, waxes, form release, 27 curing compounds, efflorescence, sealers, salts or other contaminants which may 28 affect the performance and adhesion of the coating to the substrate. Remove any 29 steps found in the structure. 30 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 31 means of degradation so that only sound substrate remains. 32 3. Surface preparation method, or combination of methods, that may be used include 33 high pressure water cleaning, high pressure water jetting, abrasive blasting, 34 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 35 others as described in SSPC SP 13/NACENo. 6. 36 4. All methods used shall be performed in a manner that provides a uniform, sound, 37 clean, neutralized, surface suitable for the specified coating product. 38 5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed 39 rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition. CITY OF FORT WORTH Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised April 29, 2021 33 3960 -9 LINERS FOR SANITARY SEWER STRUCTURES Page 9 of 12 1 6. After defects in the structure have been identified, seal cracks, repair exposed rebar 2 with new rebar to match existing, repair leaks and cracks with grout or other 3 methods approved by the Manufacturer and the City. All new rebar shall be 4 embedded in 1 '/z inch epoxy mastic. Replace/seal connection between existing 5 frame and chimney if it is found loose or not attached. 6 7. The repair materials shall be trowel or spray applied by the lining Contractor 7 utilizing proper equipment on to specified surfaces. The equipment shall be 8 specially designed to accurately ratio and apply the specified materials and 9 shall be regularly maintained and in proper working order. The repair 10 mortar and epoxy topcoat must share the same epoxy matrix to ensure a 11 bonded weld. No cementitious repair material, quick setting high strength 12 concrete with latex or curing agent additives, or quick set mortars will be 13 allowed. Proper surface preparation procedures must be followed to ensure 14 adequate bond strength to any surface to be coated. New cement cure time is 15 at least 30 days prior to coating. The repair materials as specified in this 16 Section shall apply to both existing structures and new installed structures. 17 This includes Developer projects, in which new installed structures/manholes 18 have been identified with either cracks, voids, signs of infiltration, other 19 structural defects or other related construction damage. 20 3.4 INSTALLATION 21 A. General 22 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 23 grouting are complete. 24 2. Perform application procedures per recommendations of the coating product 25 manufacturer, including environmental controls, product handling, mixing and 26 application. 27 B. Temperature 28 1. Only perform application if surface temperature is between 40 and 120 degrees F. 29 2. Make no application if freezing is expected to occur inside the manhole within 24 30 hours after application. 31 C. Coating 32 1. Spray apply per manufacturer's recommendation at a minimum film thickness as 33 noted in Section 2.2.B. 34 2. Apply coating from bottom of manhole frame to the bench/trough, including the 35 bench/trough. 36 3. After walls are coated, remove bench covers and spray bench/trough to at least the 37 same thickness as the walls. 38 4. Apply any topcoat or additional coats within the product's recoat window. 39 a. Additional surface preparation is required if the recoat window is exceeded. 40 5. Allow a minimum of 48 hours of cure time or be set hard to touch before 41 reactivating flow. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 3960 -10 LINERS FOR SANITARY SEWER STRUCTURES Page 10 of 12 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Each structure will be visually inspected by the City the same day following the 5 application. 6 B. Groundwater infiltration of the system shall be zero. 7 C. All pipe connections shall be open and clear. 8 D. The inspector will check for deficiencies, pinholes, voids, cracks, uncured spots, 9 delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired 10 according to the procedures outlined by the Manufacturer. 11 E. If leaks are detected they will be chipped back, plugged and coated immediately with 12 protective epoxy resin coating. 13 1. Make repair 24 hours after leak detection. 14 F. Post Installation Coating Tests 15 1. Wet Film Testing 16 2. Adhesion Testing 17 a. Adhesion test the liner at a minimum of three locations (cone area, mid -section, 18 and bottom of the structure). For structures exceeding 6-feet add one additional 19 test for every additional 6-feet. For example: 6-foot manhole — 3 tests. 6-feet, 1- 20 inch manhole thru 11-feet, 11-inch manhole — 4 tests, 12-foot manhole — 5 tests. 21 Etc... Tests performed per ASTM D7234 — Standard Test Method for Pull -Off 22 Adhesion Strength of Coatings on Concrete Using Portable Pull -Off Adhesion 23 Testers. 24 1) Document and attest all test results repairs made and provide to the City 25 (see structure/manhole report form for adhesion testing at the end of this 26 specification). 27 2) The adhesive used to attach the dollies shall have a tensile strength greater 28 that the liner. 29 3) Failure of the dolly adhesive is deemed a non -test and requires retesting. 30 4) All the pull tests shall exceed 300 psi or concrete failure with more than 31 50% of the subsurface adhered to the coating. If over 1/3rd fail, additional tests 32 may be required by the City. If additional tests fail the City may require 33 removal and replacement of the liner at the contractor's expense. 34 3. Holiday Detection Testing 35 a. Holiday Detection test the liner per NACE SP0188 — Discontinuity (Holiday) 36 Testing of New Protective Coatings on Conductive Substrates. Mark all 37 detected holidays. Repair all holidays in accordance to coating manufacturer's 38 recommendations. 39 1) Document and attest all test results repairs made and provide to the 40 City (see structure/manhole report for holiday detection testing at the 41 end of this specification). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 3960 -11 LINERS FOR SANITARY SEWER STRUCTURES Page 11 of 12 1 2) For example, the typical testing requirements are 100 volts per mil to 2 12,500 volts to test 125 mils. Contractor shall mark any location that 3 shows a spark or potential for a pinhole and repair these locations per 4 manufacturer recommendations. 5 4. CCTV 6 a. Post Construction CCTV recordings shall be made after all other testing is 7 completed, including the repairs that are made to the lining following any test 8 failures. 9 b. After liner installation, conduct post -CCTV in accordance with Section 33 01 31. 10 Video camera shall be lowered from the top of the manhole to the invert, to video 11 all lined surfaces, prior to beginning post -CCTV of the main. Payment for this 12 work is subsidiary to the cost for the post -CCTV of the main. 13 c. A bonded third -party testing company shall perform the testing. 14 d. Or Contractor may perform tests if witnessed by representative of the coating 15 manufacturer. Coating manufacturer representative to provide certification that 16 Contractor performed tests in accordance with noted standards. 17 G. Non -Conforming Work 18 1. City reserves the right to require additional testing depending on the rate of failure. 19 2. City will select testing locations. 20 3. Repair all defects according to the manufacturer's recommendations. 21 H. Testing Frequency 22 1. Projects with 10 or less manholes and/or structures test all. 23 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 24 percent of manholes and/or structures after the first 10. 25 3. City will select the manholes and/or structures to be tested. 26 I. Test manhole for final acceptance according to Section 33 0130. 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. Provide all test results from testing per Section 2.4 and applicator certifications per 32 Section 3.1 and in accordance with Section 1.7. In addition, perform vacuum test and 33 provide results using the test form per Section 33 0130, Sewer and Manhole Testing. 34 B. Upon final completion of the work, the manufacturer and/or the testing firm will 35 provide a written certification of proper application to the City. 36 C. The certification will confirm that the deficient areas were repaired in accordance with 37 the procedure set forth in this Specification. The final report will detail the location of the 38 repairs in the structure and description of the repairs. See attached testing forms. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 33 3960 -12 LINERS FOR SANITARY SEWER STRUCTURES Page 12 of 12 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE k, Further clarification on the sizes and types of manholes under Part 1.2. Removal of Raven Lining system and inclusion of SpectraShield and Warren Environmental 09-23-2020 J. Kasavich System 301, and ARC S1HB by A.W. Chesterton Company. Additional source quality control and field quality control test requirements. Added testing forms for Wet Film Thickness, Manhole Holiday/Spark Detection, and Manhole Adhesion Test. 4-21-2021 J. Kasavich Provided minor revisions to clarify howtesting is to be recorded and order of testing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 Babers Manor, Proposed Lot 1,131ock 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 POST INSTALLATION FoRTWORTH MANHOLE LINER INSPECTION FORM WET FILM THICKNESS Company Name: Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Coating: Location of Structure: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SPHIPHON ENTRY BOX METERING STATION Wet Film Thickness Measurements Wet Film Thickness Gauge per ASTM D4414 at 3 Locations Within the Manhole Two (2) Spaced Equally Apart Along the Wall and One (1) on the Bench Steps: Yes / No Structure Material: Lining Material: Comments: MH Depth: MH Width: Bench: Yes / No Mil (Gauge) 125 / 250 Invert (Sprayed) Yes / *No *If No, Justify Indicate Measurements on the Diagram Above Company Name: Address: Phone #: Cell: Coating Date: Project Name: Contractor: Owner: Thickness of Epoxy Coating: Location of Structure: POST INSTALLATION MANHOLE ADHESION TEST FORM Crew Leader: Work: Proiect #: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SPHIPHON ENTRY BOX METERING STATION Inspection Date: Inspection Company: Inspector Name: Manhole Depth: Number of Tests: Test Results: Comments: Adhesion Test Results (ASTM D7234) FORT WORTH Indicate test locations on drawing *Non -Manhole Structures may require additional sketches to indicate testing location for all testingprocedures. Include additional sketches as needed. I POST INSTALLATION MANHOLE HOLIDAY/SPARK DETECTION TEST FORM Company Name: Address: Phone #: Cell: Coating Date: Project Name: Contractor: Owner: Thickness of Coating: Location of Structure: Line & Station #: Structure Type: (check one) Liner Material: Spark Tester Serial #: Voltage Setting: Inspection Date: Inspection Company: Inspector Name: Repair Date: Comments: Other: Work: Crew Leader: Project #: MANHOLE INFORMATION 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SPHIPHON ENTRY BOX METERING STATION Holiday Detection Test Results (NACE SP0188) *Non -Manhole Structures may require additional sketches to indicate testing location for all testingprocedures. Include additional sketches as needed. FORT WORTH Indicate defect locations on drawing POST INSTALLATION FORT WORTH MANHOLE VACUUM TEST FORM Company Name: Address: Phone #: Cell: Coating Date: Project Name: Contractor: Owner: Indicate Pass/Fail: Location of Structure: Manhole Pour or Placement Date: Crew Leader: Work: Project #: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX T DI MH SPHIPHON ENTRY BOX METERING STATION Vacuum Test Results Inspection Date: Repair Locations Inspection Company: Inspector Name: Repair Date: Repair Location: Type of Repair: Repair Materials: Comments: 34 71 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 34 71 13 -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 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 22, 2021 34 7113 -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 2.2 ASSEMBLIES AND MATERIALS 21 A. Description 22 1. Regulatory Requirements 23 a. Provide Traffic Control Devices that conform to details shown on the 24 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 25 Device List (CWZTCDL). 26 2. Materials 27 a. Traffic Control Devices must meet all reflectivity requirements included in the 28 TMUTCD and TxDOT Specifications — Item 502 at all times during 29 construction. 30 b. Electronic message boards shall be provided in accordance with the TMUTCD. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 34 71 13 -4 TRAFFIC CONTROL Page 4 of 6 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 C. Do not make changes to the location of any device or implement any other changes to 13 the Traffic Control Plan without the approval of the Engineer. 14 1. Minor adjustments to meet field constructability and visibility are allowed. 15 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 16 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 17 covering, or removing Devices. 18 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 19 and that retroreflective characteristics meet requirements during darkness and rain. 20 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 21 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 22 lights, signs, or other precautionary measures for the protection ofpersons or property), the 23 Inspector may order such additional precautionary measures be taken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 26 or in conflict with the proposed method of handling traffic or utility adjustments, can be 27 constructed during any phase. 28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 29 distance of drivers entering the highway from driveways or side streets. 30 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 31 be erected and mounted on portable supports. 32 1. The support design is subject to the approval of the Engineer. 33 1. Lane closures shall be in accordance with the approved Traffic Control Plans. 34 J. If at any time the existing traffic signals become inoperable as a result of construction 35 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 36 approved by the Engineer, to be used for Traffic Control. CITY OF FORT WORTH Babers Manor, Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105482 Revised March 22, 2021 34 7113 -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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 34 7113 -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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 Babers Manor, Proposed Lotl, Block 33, Eastwood Addition Water, Sanitary Sewer, Paving, Drainage and Lighting Improvements CPN 105482 FoIRT WORTH« CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 03/07/2024 Approval Spec No. Concrete Classification Manufacturer Model No. National Spec 9/9/2022 03 30 00 Mix Design American Concrete Company 30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps 9/9/2022 03 30 00 Mix Design American Concrete Company Ol JAF382 1000 psi Concrete Base Material for Trench Repar 9/9/2022 03 30 00 Mix Design American Concrete Company 40CNF065 4000 psi Concrete for Manholes & Utility Structures 9/9/2022 03 30 00 Mix Design American Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0001737 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0001791 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0001793 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 DIOOO0002107 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0001273 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 DIOOO0008381 4500 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Argos DIOOO0009857 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 DIOOOOO1565S 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 D1000000 1 083S 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 DI OOO0001685 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 CM 14520AE 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 Borneo Texas 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures 9/9/2022 03 30 00 Mix Design Bumco 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 Burnco Texas 30U1O1AG 3000 psi Concrete Mix for Flatwork 9/9/2022 03 30 00 Mix Design Burnco Texas 30U500BG 3000 psi Concrete Mix for Blocking, Encasement, Club Inlets, Junction Boxes, Fire Hydrant Pads, Driveways, Curb & Gutters, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Burnco Texas 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls, Collars 9/9/2022 03 30 00 Mix Design Burnco Texas 36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design Burnco Texas 08Y45013A 800 psi Concrete Mix for Base for Trench Repair 9/9/2022 03 30 00 Mix Design Burnco Texas OIY690BF 100 psi Concrete Mix for Flowable Fill 1/8/2024 03 30 00 Mix Design Burnco Texas 36U502BG / 5.74 Sacks / 3,600 psi Concrete Mix for Lighting & Traffic Signal Foundations 4/l/2023 03 34 16 Mix Design Borneo Texas IOYH50BF 1000 psi Concrete Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC552091 3600 psi for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602091 3600 psi for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC359101 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 Design Carder Concrete FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork 9/9/2022 03 30 00 Mix Design Charley's Concrete 4142 3600 psi Concrete for Curb Inlets, Junction Boxes 9/9/2022 03 30 00 Mix Design Charley's Concrete 4518 4000 psi Concrete for Headwalls, Wingwalls 9/9/2022 03 30 00 Mix Design Charley's Concrete 5167 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Charleys Concrete 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes 9/9/2022 03 30 00 Mix Design Charleys Concrete 6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes 9/9/2022 03 30 00 Mix Design Charley's Concrete 4502 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Design Charley's Concrete 3759 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Design Charley's Concrete 1502 150 psi Concrete for Flowable Fill-CLSM 9/9/2022 03 30 00 Mix Design Charley's Concrete 1518 150 Psi Concrete for Flowable Fill-CLSM 9/9/2022 03 30 00 Mix Design Charley's Concrete 5642 4000 psi Concrete for Storm Drain Structures 9/9/2022 03 30 00 Mix Design Charley's Concrete 6595 5000 psi Concrete Mix for High Early Strength Paving 9/9/2022 03 30 00 Mix Design Charley's Concrete 6589 4500 psi Concrete Mix for High Early Strength Paving 9/9/2022 03 30 00 Mix Design Chishohn Trail Redi Mix C 13020AE 3000 psi Concrete for Dnveways, Curb & Gutter 9/9/2022 03 30 00 Mix Design City Concrete Company 11-350-FF 50-150 psi Concrete for Flowable Fill-CLSM FoIRT WORTH« CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 03/07/2024 Approval Spec No. Classification Manufacturer Model No. National Spec 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 45NA201I 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 36JAO0IJ 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, Dram 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 1/29/2024 34 13 13 Mix Design Estrada Ready Mix 4575AESC / 7.50 Sacks / 4,500 psi (3,000 psi @ 3-day) Concrete for HES Paving 1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3050AEWR / 5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes 1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3655AEWR / 5.50 Sacks / 3,600 psi Concrete for Headwalls, Wingwalls, and Culverts 1/29/2024 03 30 00 Mix Design Estrada Ready Mix R4060AEWR / 6.00 Sacks l 4,000 psi Concrete for Bridge Slabs, Top Slabs, and Approach Slabs 2/6/2024 32 13 13 mix Design Estrada Ready Mix TD3655AEWR / 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/ 6.00 Sacks / 4,500 psi Concrete for Hand Placed Paving 2/21/2024 03 30 00 Mix Design Estrada Ready Mix R36575AEWR / 5.76 Sacks / 3,600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Stomt 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 FoIRT WORTH« CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 03/07/2024 Approval Spec No. Classification Manufacturer Model No. National Spec Concrete(Con inued) 4/7/2023 03 30 00 mix Design Ingram Concrete & Aggregates 1 OLQS50N 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 - 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 Stone 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 3000 Mix Design Holcim - SOR, Inc. 3741 100 psi concrete for flowable fiII1CSLM 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/Ligbting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1851 4500 psi Concrete for Stone 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 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1551 3000 psi Concrete Mix for Blocking 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 C361DNFA 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 R2131214 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 Stone Structures, Inlets, Blocking & Encasement 9/9/2022 03 30 00 Mix Design Martin Marietta FLO W25A 50 psi Concrete for Flowable FiIIICLSM 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, Stone Drain Structures 11/2/2022 32 13 13 Mix Design Martin Marietta Q2141N27 4,000 psi Concrete for Machine Placed paving 11/2/2022 32 13 13 Mix Design Martin Marietta Q214IK30 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 R21461`36 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 R2I46K34 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 hrs.) 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/l/2023 03 30 00 Mix Design Martin Marietta R2141030 4,000 psi Concrete for Riprap FoIRT WORTH« CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 03/07/2024 Approval Spec No. Classification Manufacturer Model No. National Spec Concrete(Con inued) 5/3/2023 03 30 00 Mix Design Martin Marietta M7842344 4,000 psi Concrete for Bridge Deck 6/1/2023 32 1320 Mix Design Martin Marietta R2136R20 3,000 psi Concrete for Sidewalks and Ramps 6/1/2023 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 R214MO / 5.85 SK / 4,000 psi Concrete for Box Culverts & Headwalls 8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 / 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. 12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 / 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving 12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 / 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving 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 03 34 13 Mix Design NBR Ready Mix FTW FLOW FILL / 150 psi concrete for Flowable 7/10/2023 03 30 00 Mix Desigg 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 RRMS020A 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 FOCI 0021215 psi Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Redi-Mix 1 OJ11524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Redi-Mix 1 OJ11504 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 50KI 1524 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 1OKI 15C4 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 80LI15D5 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 FoIRT WORTH« CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval Spec No. STANDARD PRODUCTS LIST AS OF 03/07/2024 Classification Manufacturer Model No. National Spec Concrete(Con inued) 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 45000 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design SRM Concrete 40326 4,500 (3,00 (a) 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 D100008553CB 4,000 psi Concrete for Bdndge 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 (a) 3-days) psi Concrete HES Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6520AMR 4500 (3000 psi (a) 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 Dram 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 3620A1 / 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 A palt Pavin 1J 9/9/2022 32 2 16 Mix Design Austin Asphalt FT5D137965 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 Desr Austin Asphalt FT5B 117965 P664-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desr Austin Asphalt FTIBI39965 P664-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desgn Austin Asphalt FT1B117.2 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1901 D PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Desr Reynolds Asphalt 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desr 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 Des�n Surmount Paving 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desr Surmount Paving 341-BRAP6422ERG PG64-22 T7e B Fine Base 9/9/2022 32 12 16 Mix Desgn TXBIT 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desgn TXBIT 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Des�n TXBIT 211305 (1757) PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desr TXBIT 222475 (1857) PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Des TXBIT 29-222475-19 PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix De TXBIT 1-222475-20 PG64-22 Type D Fine Surface 9/9/2022 12 32 12 16 Mix Des 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 FoIRT WORTH« CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 03/07/2024 Approval Spec No. Classification Manufacturer Model No. National Spec 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, l Armor 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 Silicone Joint Sealant 9/9/2022 132 13 73 Joint Sealant Dow 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 1373 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 Utility Trench Embedment Sand 9/9/2022 3305 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 Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt 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" Dia.) ASTM A48 AASHTO M306 10/8/2020 3305 13 Manhole Frames and Covers EJ ( Formally East Jordan Iron Works) EJ1033 Z2/A (Size - 32.25" Dial ASTM A536 AASHTO M306 **Note: All new development and new installation manhole 8ds shall meet the minimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. FoIRT WORTH., CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 03/07/2024 Approval Spee No. Classification Manufacturer Model No. National Spec Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Forteara FRT-lOx3-405-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Forterrra FRT-lOx3-406-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Forterma FRT-lOx4.5407-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 49 20 Curb Inlets Forterma FRT-lOx4.5420-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 3920 Manhole Forterma FRT-4X4-409-PRECAST-TOP (Size - TX 4') ASTM C913 10/8/2020 33 3920 Manhole Forterma FRT-4X4-409-PRECAST-BASE (Size - TX 4') ASTM C913 10/8/2020 33 3920 Manhole Forterma FRT-5X5-410-PRECAST-TOP (Size - 5' X 5') ASTM C913 10/8/2020 33 3920 Manhole Forterma FRT-5X5-410-PRECAST-BASE (Size - 5' X 5') ASTM C913 10/8/2020 33 3920 Manhole Forterma FRT-6X6-411-PRECAST-TOP (Size - 6' X 6') ASTM C913 10/8/2020 33 3920 Manhole Forterma FRT-6X6-411-PRECAST-BASE (Size - 6' X 6') ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-IOX3405-PRECAST INLET** (Size - 10' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3405-PRECAST INLET** (Size - 15' X 3') 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 TPG4X4-409-PRECAST TOP (Size - TX 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG4X4-409-PRECAST BASE (Size - TX 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG4X4-412-PRECAST 4-FT RISER (Size - TX 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-6X6-41 1 -PRECAST TOP (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-41 1 -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-7X7-41 1 -PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-41 1 -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-8X8-41 1 -PRECAST TOP (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-41 1 -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 - TX 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 3349 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4') ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5') ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6') ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8� ASTM C478 8/28/2023 3349 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 - 4' X 4') 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 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inhe (4' X 4') ASTM C913 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inhe (5' X 5') ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Tansition MH (4' MH on the top of 5' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Tansition MH (4' MH on the top of 6' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Tansition MH (4' MH on the top of 8' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB) ASTM C913 **Note: Pre -cast inlets are appoved for the stage Iportion of the structure (basin) only. Stage H 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 HP Storm, Polypropylene (PP) Pipe (Size - 12" - 60") ASTM F2881 & AASHTO M330 8/28/2023 3349 10 Sterna Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger) ASTM C76, C655 8/28/2023 33 49 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 C1433,C1577 CITY OF FORT WORTH WORTH. 1 ORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) I 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 I I 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 I I 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 I I 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I I 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System I I Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/131 I I 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3111 Non -traffic area I I 08/30/06 I 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area I I Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) I33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD I Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) I I* 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. I I * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. I I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. I I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. I I 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I I 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I I 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. I I 33 05 13 Manhole Frames and Covers Neenah Casting 24" this. I I 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. I I 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. I I 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 I 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia I I 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MR32FTWSS-DC 30" Dia I I 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia I 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSFITO M105 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2290 (32") ASTM A 48 30" Dia. I I 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. I CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 OS 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 30" Dia. I 10/07/21 I 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30') Frame and Cover 30" Dia. I I Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) I* 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtrght 24" Dia. I I33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. I I3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. I I * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. I I 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. I I 04/20/01 I 33 05 13 Manhole Frames and Covers (SIE Scrampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. I I Water & Sewer - Manholes & Bases/Precast Concrete ( tev 1/8/13), I * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" I I * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" I I 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 I I 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" I 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" Manhole, ning an at top, 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones ASTM C 478 48" to 84" LD 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" I 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" I I 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" 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pie and Precast Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone I I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe I I Sewer -(WAC) Wastewater Access Chamber 33 39 40 I For use when Std. MH cannot be 12/29/23 I 33 39 20 Wastewater Access Chamber Ouickstream Solutions, Inc. Type 8 Maintenace Shaft (Pooprt) installed due to depth I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious I * EI-14 Manhole Rehab Svstems Ouadex I I 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP I EI-14 Manhole Rehab Systems AP/M Permaform I I 4/20/01 EI-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I I 5/12/03 EI-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I I08/30/06 I General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use I I * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 (Approval Spec No. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 EI-14 Manhole Rehab Systems Sprawou, Spray Wall Polyurethane Coating ASTM D639/13790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIHB, SI, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 OS 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" ilia. * 33 05 13 Manhole Insert South Westem Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Notim-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pine Casing Snacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM for Non pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manufacturers Requirements (Sewer 09/03/24 33 OS 13 Casing Spacers Raa (Completely HDPE) 8" - l2" (Sewer Only) Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile It. Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 * 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 Water & Sewer - Utility Line Marker (08/24/2018). Sewer - CoatiiT-s/EDoav 33-39-60 (01108/13), 02/25/02 Epoxy Lining System Sauereisen, Inc S—Gard 210RS LA County 9210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Senes 04/14/05 Interim Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIHB, Sl, S2 Acid Resistance Test 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer - Coatings/Polvurethane Sewer - Combination Air Valves 05/25/18 33-31-70 1 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) Sewer - Pipes/Concrete * EI-04 Conc. Pipe, Remforoed Wall Concrete Pipe Co Inc. * EI-04 Conc. Plpe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 * EI-04 Conc. Pipe, Reinforced Hanson Concrete Products m - - * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. hic. Sewer - Pine Enlargment Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene McConnell Systems McLat Construction Polyethylene TRS Systems Trenchless Replacement System Polyethylene Sewer - PiDe/Fiberglass Reinforced/ 33-31-13(1/8/13) ASTM C 76 ASTM C 76 ASTM C 76 ASTM C 76 3" thru 24" 4" thru 30" 4" thru 30" Ductile Iron Pipe Only Sewer Applications Sewer Applications Q PIM Corp., Fiscal, Way, N.J. Approved Previously Houston, Texas Approved Previously Calgary, Canada Approved Previously 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 3331 13 Fiberglass Pipe (FRP) Ameron Bo adstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/133754 ASTM D3262, ASTM D3681, 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superht Born Sanayi A S Superht FRP ASTM 3754, AW WA C950 * From Original Standard Products List 2 CITY OF FORT WORTH WORTH. 1 ORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Pioe/Polvmer Pioe 4/14/05 Polymer "rahtied Concrete Ape Amne- USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to I f ", Class V 06/09/10 EI-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polvmer Concrete Pipe AST" C-76 Sewer - Piues/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe Phillips Dnscopipe, Inc. Opticore Ductile Polyethylene Ape ASTM D 1248 8" * High-densdypolyethAene pipe Plexco Inc. ASTM D 1248 8" * High-densdy polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" High -density polyethylene pipe CSR Hydro Condud/Pipehne Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - P1Des/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-1'� DR -Id PVC Pressure Pipe P,pelife Jetstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thou 12" Sewer - Piues/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co., Inc. UM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thou 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thou 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thou 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co, Inc. (1M Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, Ina.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. Classsification Manufacturer Model No. National Spec Water - Aunur enances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co, Inc. 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AW WA C800 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AW WA C800 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 1.1.7 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101 M FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2.1. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. L22-77NL AW WA C800 FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AW WA C800 FB600-4-NL, FB1600-4-NL, B11-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AW WA C800 B-25000N, B-24277N-3, B-20200N-3, H- AW WA C800, ANSF 61, 5/25/2.1. 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- AW WA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 B-25000N, B-20200N-3,H-15000N, H- AW WA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steep JCM Industries, Inc. 412 Tapping Sleeve ESS AW WA C-223 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AW WA C-223 05/10/11 Tapping Sleeve (Stainless Steep Powerseal 3490AS (Flange) & 3490MJ 02/29/12 33-12-25 Tapping Sleeve (Coated Steep Romac FTS 420 AW WA C-223 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST Stainless Steel AW WA C-223 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST III Stainless Steel AW WA C-223 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 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 hro. DFW65C-14-]EPAF FTW 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 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13) None � Water - Combination Air Release 33-31-70 (01/08/13) * EI-11 Air Release Valve * EI-11 [mobin:tion ombintion Air Release Valve EI-11 ombination Air Release Valve Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant 03/31/88 E-1-12 Dry Barrel Fire Hydrant 09/30/87 E-1-12 Dry Barrel Fire Hydrant 01/12/93 E-1-12 Dry Barrel Fire Hydrant 08/24/88 E-1-12 Dry Barrel Fire Hydrant E-1-12 Dry Barrel Fire Hydrant 09/24/87 E-1-12 Dry Barrel Fire Hydrant 10/14/87 E-1-12 Dry Barrel Fire Hydrant 01/15/88 E1-12 Dry Barrel Fire Hydrant 10/09/87 E-1-12 Dry Barrel Fire Hydrant 09/16/87 E-1-12 Dry Barrel Fire Hydrant 08/12/16 33-12-40 Dry Barrel Fire Hydrant Water - Meters 02/05/93 E101-5 Detector Check Meter 08/05/04 Magnetic Drive Vertical Turbine GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. Valve and Primer Corp. APCO #143C, #145C and #147C Updated: 9-3-24 Size 1"-2" SVC, up to 16" Pipe 1"-2" SVC, up to 24" Pipe 1"-2" SVC, up to 24" Pipe 1"-2" SVC, up to 24" Pipe 3/4" and 1" 1'h" and 2" 2" 1-1/2" 1„ 2" 1-112" 1" 1"-2" Taps on up to 12" Up to 30" w/12" Out Concrete Pipe Only 4"-8" and 16" U p to 42" w/24" Out Up to 24" w/12" Out Up to 30" w/12" Out 4" to 30" Class "A 1"&2" 1/2" 1"&2" 1", 2" & 3" American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 American Darling Valve Shop Drawing No. 94-18791 AW WA C-502 Clow Corporation Shop Drawing No. D-19895 AW WA C-502 American AVK Company Model 2700 AW WA C-502 Clow Corporation Drawings D20435, D20436, B20506 AW WA C-502 ITT Kennedy Valve Shop Drawing No. D-80783FW AW WA C-502 M&H Valve Company Shop Drawing No. 13476 AW WA C-502 Shop Drawings No. 6461 Mueller Company A-423 Centmion AW WA C-502 Shop Drawing FH-12 Mueller Company A-423 Super Centurion 200 AW WA C-502 U.S. Pipe & Foundry Shop Drawing No. 960250 AW WA C-502 American Flow Control (AFC) Waterous Pacer WB67 AW WA C-502 EJ (East Jordan Iron Works) WaterMastu 5CD250 Ames Company Model 1000 Detector Check Valve AW WA C550 4" - 10" Hersey Magnetic Drive Vertical AW WA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification I Manufacturer Model No. National Spec Size Water - Pines/PVC (Pressure Water) 33-31-70 (01/08/13) AWWA C900, AWWA C605, 12 11S 334142 PVC Pressure Pipe Vinyloalt PVC Pipe DR14 ASTM D1784 4"-16" AWWA C900, AWWA C605, 12/05/23 33-I1-12 PVC Pressure Pie Vin loch PVC Pie DR18 ASTM D1784 16"-18" AWWA C900, AWWA C605, 09/03/24 33-I1-12 PVC Pressure Pipe Northern Pipe Products DR14 ASTM D1784 4"-16" AWWA C900, AWWA C605, 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 1 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 1 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Comoration DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSIMSF 61 4"-28" FM 1612 AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSIMSF 61 16"-24" FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) 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" Water - PioesNalves & Fittintr-s/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings 'tar Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * EI-07 Ductile Iron Fittings Griffin Pope Products, Co. Mechanical Joint Fittings AWWA C 110 * EI-07 Ductile Iron Fittings McWm e/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III 08/11/98 E I-07 Ductile It. Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 EI-07 MI Fittings Accueast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box Co./Um-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" 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" 11/09/04 EI-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C111/CI16/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA C111/CI16/C153 4" to I" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI11/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLCIo AWWA C111/C153 4" to 10" 03/06/19 33-I1-I1 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 EI-07 MI Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Tmhneial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-I1-I1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-I1-I1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 334141 Mechanical Joint -at.- Glanda SIP Indusniea(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 334141 Mechanical Joint -at.- Glanda SIP Industries(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. �Classsification Manufacturer Water Piues & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) - alves Resilient Wedged Gate Valve w/no Gears American Flow Control I12/13/02 Resilient Wedge Gate Valve American Flow Control I08/31/99 Resilient Wedge Gate Valve Amerman Flow Control I05/18/99 Resilient Wedge Gate Valve Amerman Flow Control I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control 08/05/04 Resilient Wedge Gate Valve Amerman Flow Control I 05/23/91 EI-26 Resilient Wedge Gate Valve American AVK Company I 01/24/02 EI-26 Resilient Wedge Gate Valve American AVK Company I* E1-26 Resilient Seated Gate Valve Kennedy I E1-26 Resilient Seated Gate Valve M&H I* E1-26 Resilient Seated Gate Valve Mueller Co I 11/08/99 Resilient Wedge Gate Valve Mueller Co. I 01/23/03 Resilient Wedge Gate Valve Mueller Co. I 05/13/05 Resilient Wedge Gate Valve Mueller Co. I 01/31/06 Resilient Wedge Gate Valve Mueller Co. I 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. 05/08/91 EI-26 Resilient Seated Gate Valve Stpckham Valves & Fittings I E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) 08/24/18 Matco Gate Valve Matco-Norca I Water - Pioes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. I * E1-30 Rubber Seated Butterfly Valve Mueller Co. I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. I06/12/03 EI-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. I 04/06/07 EI-30 Rubber Seated Butterfly Valve M&H Valve I 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) I 09/03/24 1 33 1221 lRubber Seated Butterfly Valve American AVK Company I Water - Polvetl vlene Encasement 33-11-10 (01/08/13) Model No. Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SO 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SO 6647) Series A2360 f 18"-24" (SO 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SO D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, requirements SPL #74 EJ FlowMaster Gate Valve & Boxes 225 MR Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve AW WA C504 Butterfly Valve Class 250B I 05/12/05 E1-13 Polyethylene Encasment 171—ol Packaging Fulton Enterprises I 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware I 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket I 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP I Water - Samuline Station I 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury 09/02/24 33 12 50 Watu Sampling Station Mueller Water Products, Inc Model BSS01-36-MUDG2-CSD-NL, Freeze I Proof, Hasp for Locking Access Hatch Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 10/211tI Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPI-G(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 I Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) Updated: 9-3-24 National Spec Size AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C509 AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C509 AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C 509, ANSI 420 - stem, AW WA/ANSI C115/An21.15 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C105 AW WA C105 AW WA C105 AW WA C105 16" 30" and 36" 20" and 24" 16" 4" to 12" 42" and 48" 4" to 12" 20" and smaller 4" - 12" 4" - 12" 4" - 12" 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4" - 12" 3" to 16" 4" to 16" 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30"-54" 24" - 48„ 8 —1 LLD 8 ,it LLD 8 —1 LLD 8 unit LLD �ah—n spec. 33 12 50 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review ofproducts which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval ofthe specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water —Yellow Highlight indicates recent changes * From Original Standard Products List 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Class A (Sidewalk ADA Ramos, Driveways, Curb/Gutter, Median Pavement) 9/9/2022 033000 Mrx Des,gn, Amencan Concrete Company 30CAF029 9/9/2022 033000 M. D—m Argos D1000001043S 9/9/2022 03 30 00 M. D—m Argos D10000001055 6/24/2024 033000 M. Des,gn Bg Town Concrete 302050-1 9/92022 033000 M. Des,gn Bumco Texas 30U101AG 4/12024 03 30 00 M. Des,gn Bumco Texas 30U500BG 9/92022 033000 M. Des,gn Carder Concrete FWCC502001 9/9/2022 033000 M. Des,gn Carder Concrete FWCC502021 9/9/2022 033000 M. Des,gn Charley, Concrete `3759 9/9/2022 033000 M. Des,gn Charley, Concrete 4502 9/9/2022 033000 M. Des,gn CWshohn Tm,l Red, M. C13020AE 9/9/2022 033000 Mix Des,ga City Concrete Company '30HA2011 9/9/2022 03 30 00 Mix Des,ga Cow Town Red, M. Z53-W 9/9/2022 03 30 00 Mix Des,ga Cow Town Red, M. '250 9/9/2022 03 30 00 Ma Des,ga Cow Town Red, Ma '350 1/292024 033000 Mix Des,gn Estrada Ready M. R3050AEWR 9/92022 03 30 00 Mix Des,ga GCH Concrete S—es GCH4000 9/92022 033000 Mix Dmga Hokua-SOR, We -1261 9/92022 033000 Mie Des,ga Holcun-SOR, lac '5177 9/92022 03 30 00 M. D—W Holcim - SOR, loc. '5409 9/92022 033000 M. Des,gn Wgmm Concrete&Aggregates '2MWR-147QWSD5 9/92022 03 30 00 M. Des,gn Wgram Concrete & Aggregates 2MWR-70J23504 4/72023 03 30 00 M. Desgn Lrqu,d Stone C301D 9/92022 03 30 00 M. Des,gn Mart. Manetta R2136214 9/92022 03 30 00 M. Des,gn Mart. Manetta R2136014 4/12023 03 30 00 M. Des,gn Mart. Manetta R2136N14 6/12023 03 30 00 M. Des,go Mart. Manetta R2136R20 6/12023 033000 M. Des,gn Mart. Manetta R2136N20 1122022 033000 M. Des,go Mart. Manetta R2141K24 8/42023 033000 M. Des,gn Mart. Manetta R2136R14 4/72023 03 30 00 M. Des/w Mart. Manetta R2136K14 9/92022 03 30 00 M. Deaap Man. M.— R2131314 9/92022 033001 M. Des,gn Mart. Manetta R2132214 9/92022 033000 M. Des,ga Mart. Manetta D9490SC 10/4/2023 03 30 00 Mix Des,ga NBR Ready Mue CLS A-YY 10/42023 03 30 00 Mix Des,gn NBR Ready M,.e CLS A -NY 7/102023 033000 Mix Desing Osbura '30A50MR 1/18/2023 03 30 00 ',Mx Des,go Rapid Red, Mi. RRM5020A 1242023 033000 M. Design Rsp,d Redi M. RRM5525A 9/92022 03 30 00 M. D—go Red, -Min i0L11504 9/92022 033000 M. Des,gn Red, -Men 10JI1524 9/92022 03 30 00 M. Des,gn Red, -Men 'VOH 1524 9/92022 033009 Mix Des,gn 'SRM Concrete `30050 9/92022 033000 M. Des,gn 'recant Concrete FW5025A 9/92022 033000 M. Des,gn �raaant Concrete CP5020A 10/102022 033000 Mix Des,go -Terror Concrete 'rCFW5020A 9/92022 033000 M. Des,gn 'Terror Concrete FW5525A2 9/92022 03 30 00 M. Des,go -T— Ready M. 3020AE 9/9/2022 03 30 00 M. Des,gn -Tme Gnt Red, Mu "3250 230 9/92022 033000 Mu Des,gn 'fine Grit Red,Mn `32502301 Class CIP (Inlets, Manholes, Junction Bones, Encasement Bloeldne, Collars, Liehtpole Foundations) 9/9/2022 03 30 00 M. Des,gn An, encan Concrete Company 40CNF065 9/9/2022 03 30 00 M. Desgn Argos D100000OI061 9/9/2022 03 30 00 M. Des,gn Argos 1310000001055 9/92022 03 30 00 M. Des,gn Argos D1000001615 9/92022 03 30 00 Mix Des,gn Charkys Concrete 4502 9/92022 03 30 00 M. Des,gn Bumco Texas 40U500BG 9/92022 03 30 00 Mix Des,gn Cow Towv Re& M. -255-2 9/92022 03 30 00 M. Des,gn Towv Re& M. '355 9/92022 03 30 00 Min Des,gn _Cow Cow Town Re& M. '255 9/9/2022 03 30 00 Mix Des,gn Cow Town Red, M. '270 9/9/2022 03 30 00 Mr, Des,gn Town Red, M. '370 9/92022 03 30 00 Mn Des,gn _Cow Town Red, M. '353 9/92022 03 30 00 Mix Desap _Cow Cow Towv Red, M. '257 9/92022 03 30 00 M. Des,gn Cow Town Red, M. '357 9/92022 033000 M. Des,gn Holcno -SOR, lac. -1701 9/92022 033000 Mix Des,gn Hokao -SOR, We -1551 9/92022 033000 Mix Des,gn Hokao -SOR, lac '5409 4/272023 033000 Mix Des,gn Umid Some C361DNFA 9/92022 03 30 00 Mix Des,gn Martm Marietta R2141230 8/42023 03 30 00 M. D—go Mart. Manetta R214IR24 11/202023 03 30 00 M. Des,gn Mart. Manetta R2146R33 11202023 03 30 00 M. Des,gn Mart. Manetta R2146K33 9/92022 03 30 00 M. Des,gn Mart. Manetta R2142233 9/92022 03 30 00 M. Des,go Martm, Manetta R2136224 9/92022 03 30 00 M. Des,gn Marta, Manetta R2141233 9/92022 03 30 00 M. Des,gn Mort. Manetta R2146038 8/42023 03 30 00 M. Des,gn Mart. Manetta R2146R35 9/122023 03 30 00 Mix Des,gn NBR Ready M. CLS PI-YY 9/92022 03 30 00 Mix Des,gn NBR Ready Mue 'Tx C-YY 9/92022 033000 Ma Des,gn NBRReady Mue 'rX C-NY 1/18/2023 03 30 00 Mr, D—go Rapid Red, Ma RRM5320A 1/18/2023 033000 Mix Des,gn Raped Red, M. RRM6020ASS 9/92022 033000 Mix Des,gn Rede-Mue ----TRJ71524 9/92022 033000 Mix Des,gn Rede-Mue ----15611524 12/5/2022 033000 M. Des,gn Red, -Ma ----TOKI15C4 3000 p,� Concrete for S,dewalks & ADA Rumps 3-5" Slump; 36% Air 3000 ps, Concrete for S,dewalks, Curbs 3-5" SWmp; 36%An 3000 ps, Concrete for WIN, J—rmo Bones, Manholes, Channel L.ers, Sidewalks, Dnveways, Cnrb & Go— 3-5" Sharp; 3-6% An 3000 ps, Concrete for Curbs and S,dewalks 3-5" Slump; 3-6% An 3000 ps,Concrete Mw for Flat A 3-5"SWmp; 36%As, 3000I,a Concrete M. for S,dewalks 3-5" SWmp; 36%An 3000 ps, for Stdewalke, Dnveways, Ramps, Curb & Ga.,, Fl—ork 3-5" SWmp; 3-6% An 3500 ps, concrete for S,dewalke, Dnveways, Ramps, Curb & Ga., 3-5" SWmp; 3-6% An 3000 ps, Concrete M. for S,dewalke 3-5" SWmp; 3-6% An 3000 ps, Concrete M. for S,dewalke 3-5" SWmp; 3-6% An 3000 pat Concrete for Dnveways, Cmb & Gutter 3-5" SWmp; 45-7.5% Aa '3000 psi Concrete M. for Block.g, S,dewalk,, Flak, Pads 3-5" Slump; 3-6% An --"3000 psi CoacrMe Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retammg Walls 3-5" SWmp; 3-6% An �3000 psi ConcrMe Mix for S,dewslks, Davewsys, ADA Ramps 3-5" Slump; 3-6% An ---�3000 psi Concrete Mix for Sidewalks, Dnveways, ADA Ramps 3-5" Slump; 3-6% An 00 Sacks / 3,000 Ni Concrete for Sidewalks, Ramps, Wlets, and Msaholes 3-5" Slump; 3-6% An 4000 psi Concrete f for S,dewalks, Ramps, Headwalls, Wlets, sad Strom Drain Stmcmre, 3-5" Slump; 3-6% An '3000 Ni Cpncrete Mix for S,dewalks _ 3-5" Slump; 3-6% An `3000 Ni Cpncrete Mix for S,dewalks 3-5" Slump; 3-6% An 4000 ps, Concrete Mw for Sidewalks, Wle[ 3-5" Sharp; 3-6% An 3000 ps, Concrete Ma for S,dewalke, ADA Ramps 3-5" Sharp; 36%Air 3000 ps, Concrete for Sdewalks, ADA Ramps 3-5" Slump; 36%An 3,000 Ns Concrete for S,dewalks, Approaches, and Drweways. 3-5" Slump; 36%Air 3,000 pa Concrete for S,dewalks & Ramps 3-5" SWmp; 36%An 3,000 ps, Concrete for Sele-9. & Ramps 3-5" SWmp; 36%An 'SM sacks / 3,000 ps, concrete for S,dewalks 3-5" SWmp; 3-6% Air 3,000 pa Concrete for Sidewalks and Ramps 3-5" SWmp; 3-6% An 3,000 ps, Concrete for Selewalke and Ramps 3-5" SWmp; 3-6% An 4,000 ps, Concrete for Junction Boxes, Sdewalks and Ramps 3-5" SWmp; 3-6% An '5.00 sacks / 3,500 pse Concrete for Sdewalks and Ramps 3-5" SWmp; 3-6% Aa '3,000 Ns concrete for s,dewalks and ramps 3-5" Slump; 3-6% An �3 000 ps, Concrete for Selewslka & Ramps 3-5" Slump; 3-6% Aa "3,000 ps, Concrete for S,dewalks & Ramps 3-5" Slump; 3-6% An ­­'3,000 ps, Concrete for S,dewslks & Ramps 75" Slump; 4.5-7.5%An '5 00 Sacks / 3,000 Ni Concrete for Sidewalks & Ramps, and Cu,b & Gutter 75" Slump; 3-6% An '5 00 Socks / 3,000 Ni Concrete for Sidewalks & Ramps, sad Curb & Gutter 3-5" Slump; 3-6% An '5 SK / 3,000 psr Concrete for S,dewslks 3-5" Slump; 3-6% An '3000 Ni Concrete for Curb, Guter, Driveways, S,dewslk, Ramps 3-5" Slump; 3-6% An 3600 psr Concrete for Valley Go.—, Srdewallm, Approaches, ADA Ramps 3-5" Sharp; 36%A,, 6.00 Socks / 4,000 ps, Concrete Mw for S,dewalks, Curb & Garter, Sewer Manhole, Inlets, & Junction Boxes 3-5" Sharp; 3-6% An '3000 psr Concrete M. for Dnveways, Sole—M, ADA Ramps 3-5" Slump; 36%An �3000 psr Concrete Ma for Curb & Gutter 3-5" Slump; 36%An `3,000 ps, Concrete for S,dewslka, Ramps, Wlets, Junction Boxes, Th—Blocks, Cmb and Gutter, Dnveways, Barre, Ramp 3-5" Sharp; 36%Air 3000 psi Concrete Mix for Curb & Gutter, Dnveways, S,dewall¢, ADA Ramps 3-5" SWmp; 36%As, 3000 ps, Concrete Ma for Curb and Gutter 3-5" SWmp; 36%An 3000 psr Concrete for Selewalks 3-5" SWmp; 3-6% An 3600 psi Concrete M. for S,dewalka, D— Approaches, ADA Ramp Curb and Gutter 3-5" SWmp; 3-6% An 3000 psr Concrete for Selewalks 3-5" SWmp; 3-6% An 3000 psr Concrete M. for Flatwork, Curb &Gutter, Dnveways, Sidewalks, ADA Romps 3-5" SWmp; 3-6% An '3000 psi Co— Mu for Curb & Gutter, Dnveways, Sidewalks, ADA Ramps 3-5" SWmp; 3-6% An 4000 ps, Concrete for Manholes & Utility Sbocmres 3-5" Sharp; 0-3%An �3600 ps, Concrete for Whets, Boxes, Encasement Blocking 3-5" Slump; 36%An 3000 ps, Concete for WIN, Ju..mo Bones, Manholes, Channel Liners, S,dewall,, Dnveways, Corb & Gutter 3-5" Sharp; 36% An 3600 p„ Concrete for Whets, Boxes, Encasement Blocking 3-5" Slump; 3-6% An 3000 ps, Concrete Ma for S,dewalks, Blocking 3-5" Slump; 36%A,, 4000 ps, Concrete M. for Storm Dre. Structures, Dnveways, Screen Walls, Collars 3-5" SWmp; 36%An ---3000 ps, Concrete Ma for Wlets, Th—Blorlmg, Concrete Encasement 3-5" SWmp; 3-6% An "3000 p„ Concrete M. for Wlets, Th—Blorlmg, Concrete Encasement 3-5" SWmp; 3-6% An �3500 psi ConcrMe Ma for Flatwork Wlet, Thmst Blocking Concrete Encasement 3-5" SWmp; 3-6% An ' 000 psi Co— Mix for Cast -.-Place Box Culverts 3-5" SWmp; 3-6% An �000 psi Co— Mix for Cast -.-Place Box CnI— 3-5" SWmp; 3-6% An —3000 psi ConcrMe Mix for S,dewalks, ADA Ramps, Dnvewsys, Curb & Gutter, Safety End Treatment, Non-TxDOT Retaining Walls 3-5" " SWmp; 36°/" An ps, Concrete ma for Valley Gutters, Ughtpole Foundatmns 3-5SWmp; 3-6% Art �3600 ps, Concrete Ma for Valley Gutters, Ughtpole Foundation, 3-5" Slump; 3-6% An 4000 ps, Concrete M. for So— Dra. Structures, Sanitary Sewer Manholes, Juncton Box 3-5" SWmp; 3-6% An '3000 psi ConcrMe Mix for Blocking 3-5" Slump; 3-6% An 4000 psi CoacrMe Mk for S,dewsllcs, Wlets 3-5" Slump; 3-6% An '3,600 ps, Concrete for Re.in.g—fl, dnveway, lunchon box apron, approach 3-5" Slump; 3-6% An 4,000 ps, Concrete for Manholes, Wlets & Headwalls, Valve Pads 3-5" Slump; 3-6% An '5.53 S.ks / 4,000 ps, Concrete for Junction Box, Bon Culvert S,dewalks and Ramps. 3-5" Sharp; 36% An 6.01 Sachs / 4,000 p„ Concrete Mrs for CB Sewer Manholes 3-5" Slump; 36%Air 6.01 Sacks / 4,000 ps, Concrete M. for CB Sewer Manholes 3-5" Slump; 36%An '3,600 psr Concrete for Manholes, Wlets & Heodwalls 3-5" Slump; 4.5-7.5%An '3,600 ps, Concrete for Curb Wle. 31" Slump; 36% An �3,600 Io, Concrete for Stonn St-,—, W1Ms, Blockmg & Encasement 3-5" SWmp; 36% An 4,500 Io, Concrete for Whets, Stomr Drain Soar—, 3-5" SWmp; 3-6% A' 6.11 Seeks / 4,500 ps, Concrete for Wlers, Manholes, and Headwalls 3-5" SWmp; 36%An 6.00 Sacks / 4,000 psi Concrete fo, Collars, Manholes, Box Culverts 3-5" SWmp; 3-6% An '3000 ps, Concrete M. for Curb Wlets 3-5" SWmp; 3-6% An '3000 ps, C.—M. for Curb We. 3-5" SWmp; 3-6% An '3000 psi Co —for Blacking 3-5" Slump; 3-6% An 4000 ps, Concrete for Strom Drain S-.-es 3-5" Slump; 3-6% An '3500 psi ConcrMe Ma for Th.. Blocks, Valve Pads 3-5" Slump; 3-6% An 4000 psi Co. —Mu for Cast -.-Pharr Storm Dm. S—res 3-5" Slump; 3-6% An '3500 ps, Concrete for Thmst Blocks, Valve Pods 3-5" Sharp; 3-6% An CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 113110 Mu Design Redi-Ma 033000 Mi. Design Redi-Ma 033000 Mi. Design Redi-Ma 033000 M. Desigp SRM Covcrete 033000 Mi. Desigp Tartan[Concrete 033000 M&DesJJ'��ff�� Tarrant Concrete �Ma WingwaHs. Calverfs. Dr led Shafh) Drilled Shafts 03 30 00 Ma Desgn Bum.. Texas 03 30 00 Ma Design Cow Town Redi Mu 03 30 00 Mu Design Ho1Cnn - SOR, fc. 03 30 00 Mu Desgn Ho1Cnn - SOR, h- 03 30 00 Mu Design lu min Concrete &Aggregates 03 30 00 Mu Design Liquid Stone 03 30 00 Mu Design Martin Marina 03 30 00 Mu Design Martin Manetta 03 30 00 Mu Design Martin Marcia 03 30 00 Ma Design NBR Ready Mu 03 30 00 Ma Design ea NBR Ready Ma 03 30 00 Ma Design RMi-Ma �ther Applications 033000 Ma Desgn Am os 03 30 00 Ma Design Am os 033000 3 30 00 Ma Design Argos 033000 Mix Design Carder Concrete 033000 Mi. Desigp Charleys Concrete 033000 Mi. Design Chmleys Concrete 033000 Ma Design CityComrem Compuuy 03 30 00 Ma Design Cow Town Redi Ma 3 30 00 033000 Mi. Design Cow Town Redi Ma 033000 Ma Design Cow T.—Re&Ma 033000 Ma Design Estrada Ready Ma 033000 Ma Design GCH Corumte Services 033000 Ma Design Holcim -SOR, Inc. 033000 M. Desiim Marti. Marietta 033000 Mix Design Marti Marietta 033000 Ada Design Marti. Marietta 03 3000 Ma Desrgp Redi-Ma 03 30 00 Ma Desrgv SRM Concrete 03 3000 Ma D.- SRM Concrete 03 30 00 Ma Design SRM Concrete 03 30 00 Mix Design Tarant Concrete Class P (Machine Placed P-Miz) IS6115C4 4000 psi Concrete for CIP Stoma Drain Stm—, I OL21524 4000 psi Concrete Mu for Manholes 145P25P4 4500 psi Concrete for Sturm Dim, Sim—, 35050 3500 psi C....,t, fr Thrust Blooks and Collars FW5320A 3000 psi Concrete Mu for Blocking TCFW6025A2 4000 psi Concrete for Manholes 36U500BG 3600 psi Concrete Mu for Liuhtie and Traffic Signal Fomu ations [Drilled Shafts) 360-DS 3600 psi Concrete for Drilled ShAt/Liehting and Trefhc Signal Foundation (Drilled Shafts) 1822 3600 psi Concrete for (D'MW Shaftsl/Ligh[ie and Traffic Signal Foundations 1859 4000 psi Concrete for (DrM d Shafts)/Ligh[ie and Traffic Signal Foundations I OLQS50N 3.600 psi Concrete for (Drilled ShafW/Liehting and Tmfhc Smml Foundations C361DHR 3.600 psi Concrete for (Drilled ShaM/Liehting and Trnffic Si®al Foundations U2146N41 6.44sacks /3.600 psi Co,c for (Drilled Shafts) / Lighting and Tmffic Si®al Foundations U2146K45 6.65 sacks / 3.600 psi Concrete for (DrHled Sha(fs) / Lightne and Traffic Signal Foundations U2146R41 6.44 sacks / 4.500 psi Concrete for (DfiUW Piers)/Lieht Pole bases. 135K2524 3500 psi Concrete for (Drilled Shaft) Liehmole Foundations 135K0524 3500 psi Concrete for (DrM d Shaft) Liehti ok Foundations 80L115D5 3600 osi Concrete for (DrM d Shafts) /Lighting and Tmffic Signal Foundations D1000000L083S 4000psiConcrete for Valve P.ds,flets, Structures, Headwalls, Thrust Blocking D1000000L083 4000 per Concrete for Valve Pada, Inlets, Stmirm, Headwalls, Throat Blocking 210000001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters FWCC602001 4000 pea Concrete fr Storm Dram Stmctmes, Manholes, Headwalls, Retaining Walls, Valley Gutters, Dnve Approaches 4518 .00 psi Concrete for Headwalls, Wi.—I s 5642 4000 psi Concrete for Storm Draf Structures 40LA2011 4000 psi Coracle Mi. for Storm Drain Structures 210-2 3600 psi Covcrete Ma for Box Culverts, Headwalls 360-1 i 3600 psCoverete Ma fur Box Culverts, Headwd , Wfgwalls 260-1 MOO psConcrete Ma fur Headwalls R3655AEVa 5.5ll Sacks / 3,600 psi Concrete for Headwalls, Wigwalls, and Culverts GCH4000 4000 psi Coverete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures 1851 4500 psi Cmu rete fr St.— Dnve Structures, Hand Placed Paving 310LBP 3,600 psi Concrete for Retaining Walls R2141R30 5.85 SK/ 4,000 psi Concrete for Box Culverts&Headwalls R2146035 4,000 psi Concrete for Mauholes, [lets & Headwalls, Valve Pads 10Lll5C4 3600 psi Coverete fr Manhole, flet, 1.-tiou Box, Heedwa0 40050 4,000 osi Concrete for Headwalls, Retummg Wall, Collar 35022 3,600 osi Concrete for ]unction Box, Retaining Walls 45050 4500 osi Concrete for Smmi Structures FW6020A2 4000 psi Concrete Ma for Storm Drum Structures 321313 IMrs Design Argos D10000001617 36M 321313 Ma Design BigTown Cm,,(, 360060-1 3600 32 13 13 M. Design Big Town C—t, 362060-1 3600 p IR/2022 Carder Concrete Carder Concrete Chmkys Concrete EWCC552091 EWCC602091 3600 4000 3600 5167 Crry Concrete Company 36LA2011 3600 3600 Cow Town Redi Ma 257-M _ Cow Town Redi Ma 357-M _ 3600 Cow Town Redi Ma 260-M 4000 Cow Town Re& M. 360-M _ 4000 Estrada Ready Ma TD3655AEWR 5.50 Im mr, Concrete & Aggegates 2MWR-056PS5D5 4000 Martin Marcia Q214IR27 569 Mali Mumum Q214IK30 4,000 NBR Ready Mu TX C SF-YY 5.50 NBR Ready Mu TX C SF -NY 5.50 SRM Cancre[e 40025 4000 Tarrant Concrete FW5520AMP CO Tme Gm Redi Mu 0255 2301 3600 Tme Gut Redi Ma 0260 2302 4000 psi Concrete for M.1 m, Paced Pavig psi Cpncrem for M-1 m, Paced Pavig psi Cpncrem for Machin.. Paced Paving psi for Machine Placed Paving Psi for Machine Placed Paving psi C— Ma for Machine Placed Paving psi Concrete Ma for Machine Placed Paving psi Concrete Ma for Machine Placed Paving psi Concrete M. for Machine Placed Paving psi Concree M. for Machine Placed Paving psi Concrete M. for Machine Placed Paving Sacks / 3,600 pai Concrete for Machine Placed Paving psi Concrete Machine Placed Paving sacks / 4,000 psi Concrete for Machine Placed Paving psi Concrete for Machine Placed Paving Sacks / 3,600 psi Concrete for Mashie Placed Paving Sacks / 3,600 psi Concrete for Mashie Placed Paving psi Concrete for Mashie Placed Paving psi Concrete fm M:hie Placed Paving pea Couraem Mrs for Machine Placed Paving psi Cpncrem Ma for Machine Placed Paving Amencan Concrete Company 45CAF076 4500 psi Concrete for Hand Paced Pavig Argos D10000001273 4500 psi Cpncrem for Hand Paced Paving Argos D10000001737 4500 psi Concrete for Hand Placed Paving Argos DI0000002107 4500 psi Concrete for Hand Placed Paving Argos DI0000001791 4500 psi Concrete for Hand Placed Paving Argos DI0000001103 4500 psi Concrete for Hand Placed Paving Big D Concrete CM14520AE 4500 psi Concrete for Hand Placed Paving Big Town Concrete 452065-1 4500 psi hand placed paving Big Town Concrete 450065-1 4500 psi hand placed paving Bum.. Texas 45U500BG 4500 psi Concrete Ma for Hand Placed Paving, Storm Sim— Card,rConcrete FWCC602021 4500 psi concrete for Hand Placed Paving Charleys Concrete 4609 4500 psi Concrete Ma for Hand Placed Paving, Manholes Charleys Concrete fi103 4500 pi C.—Ma for Hand Placed Paving, Manholes Cary Concrete Company 45 NA20H 4500 psi Concrete M. for Hand Placed Paving Cow Town Rerh Ma 265 4500 psi Concrete Mu for Hand Placed Paving Cow Town Redi M. 365 4500 psi Concrete M. for Hand Placed Paving Estrada Ready Mu R4560AEWR/ Sacks/4,500 psi Concrete for Hand Placed PavingGCH Concrete Sernces GCH4500 00psiCo.— Hurd Placed Pavig Hokum - SOR, ins 1851 500psiConcrete fm Sturm Dram Structures, Hand Pl—d Pavinghignm Cm—& Aggregates 2MWR-161PS5EM500psiConcrete Mu for Hand Placed PavingigremConcrete&Aggregates 16500 2MWR-161UV5DM500psiem, for Hand Paced Paviigrm Concrete & Aggregates 2MWR-IOMQS50N500psiCrm_for HandPaced PavigMad. Manetta R2146N35 11_ks/ 4,500 psi concrete for Hnd Place Paving, hitch, Manholes, HeadwallsMartin Marcus R2146R36 17 14,500 Ni Concrete for Hand Placed Paving 3-5" Shunp, 36% Air 3-5" Sfmp, 3-6 Air 3-5" Shunp, 36% Air 3-5" Slump, 3-6 Air 3-5" Slump, 36% Air 3-5" Slump, 36%Air 5 5-7 5" Sfmp; 3-6%Air 5 5-7 5" Sfmp; 3-6%Air 5 5-7 5" imp; 0-3%Air 5 5-7 5" Sfn mp; 3-6% A 5 5-7 5" Slump; 3-6% 'Ai' 5 5-7 5" Slump; 3-6%An 5-7" Sfmp; 36% Air 5-7" Sfmp; 36% Air 5-7" Slump; 36%Air 5 5" Sfmp; 36% Air 5 5" Sfmp; 36%Air 5 5-7 5" Sfmp; 3-6%An 3-5" Sfmp; 36n % A 3-5" Sfmp; 36°/" An 3-5" Sfmp; 36%An 3-5" Sfmp; 36n % A 3-5" Sfmp, 3fi% Air 3-5" Sfmp, 3fi%Ah 3-5" Slump, 36%Ah 3-5" Sfmp; 36%Air 3-5" Sfmp; 36% Ai, 3-5" Slump; 36%Air 3-5" Slump; 3fi%Air 3-5" Slump; 36%Air 3-5" Slump; 3fi % Air 3-5" Slump; 4-7% Air 3-5" Slump; 3fi % Air 3-5" Slump; 3-6% Air 3-5" Slump; 3fi % Air 3-5" Slump; 3fi % Air3-5" Slump; 3fi % Au 3-5" Sfmp, 36% Air 3-5" Sfmp, 36%Air Sfmp; 36% Air 1-3" Sfmp; 36% Air 11 Sfmp; 36n % A 1-3" Slump; 3-6 Air 1-3" Slump; 3-6 Aa 1-3" Slump; 3-6 Aa 1-3" Slump; 36%Av 1-3" Slump 36%Air 1-3" Slump; 3-6% AQ 1-3" Sfmp; 3-6% AQ 1-3" Slump; 36 % Aa 1-3" Sfmp; 36 % Ar 1-3" Slump; 36 % Aa 1-3" Slump; 36 % An 1-3" Slump; 3-6% An Slump; 3-6% An 1-3" Slump; 3-6%n A 1-3" Slump; 3-6%-ur 1-3" Slump; 36%An 13" Sfmp; 3.56.5%Air 1-3" Slnmp; 3.56.5%Air 3-5" Sfmp; 36% Air 3' S.'; 36% Air 3' Sfmp; 36% Air 3' Sfmp; 36% Air 3' Sfmp; 36% An' 3' Sfmp; 36% An' 3-5" Sfmp; 36%Av 3-5" Slump; 36%Av 3-5" Sfmp; 3-6% An 3-5" Slump; 36%Air 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 36 % An 5" 3-Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% 'r 3-5" Slump; 4-6% An 3-5" Slump; 3-6% ur 3-5" Slump; 3-6% An 3-5" Slump; 3.56.5%An 31" Slump; 36 'Air 3-5" Slump; 36% n A 3-5" Slump; 36% n A 3-5" Slump; 36%An CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 32 13 13 Mi. Design Martin Marietta 32 13 13 Mi. Design Martin Marietta 32 13 13 Mi. Design Martin Marietta 32 13 13 Mi. Design Martin Marietta 32 13 13 Mi. Design Martin Marietta 32 13 13 Mi. Design Martin Marietta 32 13 13 Mi. Design Martin Marietta 32 13 13 Mi. Design Martin Marietta 32 13 13 Mi. Desiim Martin Marietta 32 13 13 Mi. Design Marti. Marietta 32 13 13 Mi. Design Marti. Marietta 32 13 13 Mi. Design Marti. Marietta 32 13 13 Mi. Design NBR Ready Mi, 32 13 13 Mi. Dmmu NBRReady Mu 32 13 13 Mi. Desi¢p Oebum 32 13 13 Mix Dmum Rapid Redi Mi, 32 13 13 M. Hem Redi-Ma 32 13 13 Ma Desigp Redi-Ma 32 13 13 Ma D.um Redi-Ma 32 13 13 Ma Design Redi-Ma 32 13 13 Ma Design SRM Concrete 32 13 13 Ma Design SRM Concrete 32 13 13 Mix Desimi Tarrant Concrete 32 13 13 Mix Desigp Tenant Concrete 32 13 13 Mix Desimi Tenant Concrete 32 13 13 Ma Design Titan Ready Ma 32 13 13 Mix Design True Grit Redi Ma 32 13 13 Ma Design True Grit Redi Ma 32 13 13 Ma Desk True Grit Redi Ma Mass HES h Early I .. mth Paving) 321313 .Desrgn BigDConctete 321313 Ma Design Bumco Texas 321313 Mi. Design Chedeys Concrete 32 13 13 Ma Design Cow Town Redi Ma 321313 Ma Design Cow Town Redi Ma 321313 Ma Design Cow T.—Redi Ma 321313 Ma Design Cow T.—Be&Ma 321313 Mix Design Estrada Ready Ma 321313 Ma Design H,Icim-SOR,mc. 321313 Mix Design Liquid St.. 321313 Ma Design Martin Marietta 32,13 Mi. Design Redi-Ma 321313 Ma He_ SRM Concrete 321313 Mix Design SRM Concrete 32 13 13 Mix Design Tenant Concrete 321313 aDes�' Tarrant Concrete as S ridie abs. Top Slabs of Direct Tnffre Culvertm. A/ -.eh Slabs) 32 13 1� Ma Design Cow Town Rcdi Mix 32 13 13 ix Design Cow Town Redi Ma 32 l3 13 a Design Cow Town Redi Mix 32 l3 13 a Design Estrada Ready Ma 321313 ix Deeigp Martin Marietta 321313 &Design Martin Marietta 32 l3 13 a Design NBR Ready Mu 32 l3 13 Design NBR Ready Ma 32 l3 13 a Design Redi-Ma 32 13 13 a Des) SRM Concrete %'onerete Base reach Repair 133416 Mix Design IBumw Texas 03 34 16 Mix Des r B.—Texas ontrolled Low S/ren Material 0334 13 Mix D.mu Bumco Texas 033413 Mix Design Carder Concrete 03 3413 Mix Design Carder Cooc i 03 3413 Ma Design CityConcrete Compary 0334 13 Ma Design Cr­ Town Redi Ma 03 34 13 Ma Design Martin Marietm 033413 Ma Design NBR Ready Ma 0334 13 Ma Design Tarrant Concrete ionerem Ri I313700 (via Design (Martin Marietta 313700 00 Ma Design Martin Marietta Asphalt PaviM, 9/9/2022 32 12 16 Ma Design 9/9/2022 32 12 I6 Ma Des:g 9/9/2022 32 1216 Ma Destgtt 5/l/2024 321216 Mix Desum 9/92022 32 12 16 Mix Desum 9/92022 32 12 16 Mix D.sum 12/5/2022 _ 33 12 16 Ma Desum 9/92022 _ 32 12 16 Mix Design 9/92022 32 1216 Ma Desum 9/92022 32 1216 Ma Destgo 9/9/2022 32 1216 Mix Design 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 6.22 sack / 4,500 psi Concrete for Hend Placed Paving 6.60 Sacks / 4,500 psi Concrete Mi. for Hand Placed Paving 6.60 Sacks / 4,500 psi Concrete Mi. for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi C—mb, for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving, Inlets 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 6.50 Sacks/ 4,500 psi C.... d fr Hand Placed Paving 6.50 Sacks / 4,500 psi Cm erte for Hard Placed Paving 6 SK / 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete for Hand Placed Paving 4500 psi Concrete Ma fr Hand Placed Paving 4500 psi Coverete Ma fr Hand Placed Paving, Storm Drain Structures 4500 psi Concrete Mix fr Hard Placed P_mg 4500 psi Concrete Ma for Hand Placed Paving, Smrm Drain Stnctme, 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete Ma for Hand Placed Paving 4500 psi Concrete Ma for Hand Placed Paving 4500 psi Concrete Ma for Hand Placed Paving 4500 psi Concrete for Hand Placed Paving 4500 psi Concrete Ma for Hand Placed Paving 4500 psi Concrete Ma for Valley Gutters, Hand Placed Paving 5000 psi Concrete for Hand Placed Paving 14500AE 4500 psi Concrete for High Early Strength Paving 55UI20AG 4000 psi Concrete Ma for High Early Strength Paving 6589 4500 psi Concrete Ma for High Early Strength Paving 370-INC 4500 psi Concrete for HES Paving 375-NC 5000 psi Concrete for HES Paving 370-NC 4500 psi Concrete for HES Paving 380-NC 4500 psi Concrete for HES Paving 4575AESC 7.50 Sacks l4,500 psi (3,000 psi A 3-d y) Concrete for HES Paving 2125 5000 psi Concrete for HES Paving C451DHR-A 4500Mi Concrete for HES Paving R2161K70 6,000 psi (3,000 psi (),, 24 h..) for HES Paving 10NI 1507 4500 psi (2600 psi (a) 24 hre.) Concrete Ma fr HES Paving 50310 5,000 psi Concrete for HES Pavan 40326 4,500(3,000()a,3-0ays)pei Concrete fr HES Paving FW6520AMR 4500 (3000 psi (a), 3-daw psi HES Paving FW7520AMR 4500(3000 psi(43-= psi Concrete HES Paving 260 4000 psi Concrete Ma for Bridge Slabs, Box Culverts, Headwalls 360 4000 psi Concrete Ma for Bridge Slabs, Box Culverts, Headwalls 365-STX 4000 psi Concrete for Bridge slabs, top slabs ofd mt traffic culverts, approach slabs-TXDOT Class S-No Fly Ash R4060AEWR 6.00 Sacks / 4,000 psi Concrete for Bridge Slabs, Top Slabs, and Approach Slabs M7842344 4,000 psi Concrete for Bridge Deck R2146P33 6.01 sacks / 4,000 psi wmrete for Bridge Deck TX S-NY 5.50 Sacks / 4000psi Concrete Ma for Class S Slab Paving -No Fly Aeh TX S-YY 4.50 Sacks / 4000Mi Concrete Ma fr Class S Slab Paving 156115D4 4000 Mi Bridge Slabs D100008553CB 4,000 psi Concrete for Bdridue Approach Slab, Deck Slab 10YH50BF 1000 pei Concrete Be. Material fr Trench Remm 08Y450BA 800 psi Concrete Ma for Base for Trench Repair OIY690BP 100 psi C erete M& fr Flowable FillFWCC 59101 50-150 pei Plowable Fill -CL M FWFF237501 50-150, 0 psi Plowable Fill - CLSM I1-350-FF 50-150 Mi Concrete fr Fl.—ble Fill-CLSM Ma#9 70 pei Howable Fill -CLSM FLOW25A 50 pei Concrete for Howable Fill/CLSM FTW FLOW FILL 150Mir.mMlefor Plowable FWFF150CLSM 50-150 Mi Howable Fill -CLSM psi Concrete for Riprap IR2:41030 R246033 I4,000 4,000 psi Concrete for Riprap Austm Asphalt FT5B117965 FT511I17965 PG64-22 Type B Fme Base Austin Asphalt FTIB139965 FTID139965 PG64-22 Type B Fme Base M_Asphalt Fr H3 172 FTIB1172 PG64-22 Type B Fme Base Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course Reynolds Asphalt11 12B 1112B PG64-22 Type B Fme Base Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base r Sumount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fme Base Surmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fme Base TXBITT 37-211305-20 37-211305-20 PG64-22 Type B Fme Base TXBITT 44-211305-17 44-211305-17 PG64-22 Type B Fme Base TXBIT 2, 1305 (1757) 211305 (1757) PG64-22 Type B Fme Base 31" Shun,, 3-6% Air 31" shun,, 3-6% Air 31" shun,, 3-6% Air 31" Slump, 3-6% Air 31" Slump, 3-6% Air 31" Slump, 3-6% Air 3-5" Slump, 3-6% Air 3-5" Slump; 4.5-7.5%Air 3-5" Slump; 3-6% Air 3-5" Slump; 36%Air 3-5" Slump; 3-6% Air 3-5" Slump; 36% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% An 31" Slump, 3-6% Air 3-5" Shun,, 3-6% Air 31" Slum,, 3-6% Air 31" Slum,, 3-6% Air 31" Slump, 3-6% Air 31" Slump, 3-6% Air 31" Slump, 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3.56.5%Air 3-5" Slump; 3-6% Air 3-5" Slump, 3-6% Air 3-5" Shun,, 36% Air 3-5" Slum,, 36% Air 3-5" Slump, 36%Air 31" Slump, 36% Air 3-5lu " Smp, 36-Air 3-5" Slump, 36% Air 3-5'. Slump, 36%Air 3-5" Slump; 36%Air 3-5" Slump; 3-6% Air 3-5" Slump; 36 % Air 3-5" Slump; 4.56.5%Air 3-5" Slump; 3-6% Air 3-5" Slump; 36%Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Shun,, 36%Air 3-5" Slum,, 36% Ah 4-6 Slump,36%Air 3-5" Slump, 4.51.5%1 3-5" Slump, 3-6% Air 3-5" Slump, 36'Au 3-5" Slump, 36%Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% A r Howable, 8.5-11.5%Air ".. Slump, 3-6% Air Plowable, 8.5-11.5%Air 3-5" Slum, 8-12 Air Flowab, 8.5-11.5%Air Plowable, 8-12%Air 7-9" Slump, 8-11%Air 8-12" Slump. 5-15%Air 7-]0" Slump. 8-12%Air Howable; 8-12%Air I3-5" Shun,, 3-6% Air 3I.. Shun,, 3-6% Air CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 9/9/2022 32 12 14 IMi. Desi¢n ITXBIT 4/1/2024 32 12 16 Mix Desi¢n Tx IT etedable WfI Sorface 9/9/2022 321320 DW$-Pavers Pine Hall Bik(Winston Salem, NC) 9/9/2022 321320 DWS-Pavers Western Brick Co (Houston, TX) 9/9/2022 321320 DWS-Composae 9/'21122 321320 DWS-Composae ADA Solotlons(Wtlmmklon, MA) 4/72023 32 13 20 DWI -Pavers ADA Solutions lWiWiti8ton, MA) Silicone Joint Sealant 9/92022 132 B 73 IJ,it Scalant Dow 9/92022 132 13 73 IJ,it Sealant T—, 9/9/202232 13 73 Jomt Scaltt t Pe- 9/9/2022 132 13 73 IJoint Scalant Crafty Utility Trench Embedment Sand 9/921 2 33 OS 10 Embedment Sand Silver Creek Materials 9/92022 33 05 10 Embedment Sand Crouch Mat -B 9192022 33 OS 10 Embedment Sand F and L Dvt Movers 9/9/21122 33 OS 10 Embedment Sand F and L D. Movers 9/92022 33 05 10 Embedment Sand T. Top Mad. Manama I64-224125-18 PG I64-224125-18 PG70-22 Type D Fine Surface 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R T— D Fme Surface Tactile Pavers Detectable WaminB Pavers Armor Tile H-.' Brack CrP Compoeae Paver Detectable Wemmu Pavers 890SL 190SL-Cold Applied,Sin,1c Cm—e.e:Sdcone Joint Seakmt 900SL 900IL-Cold Applied, Sl ]c Component, Silicone Joint Sealant MOIL 300SL-Cold Applied, Smglc Component, Silicone Joint Sealant RoadSaver Sikwne ASaver Silicone - Cold Applied, S.91e Component, Sih— Joint Sealant lltdtty Embedment Sand Utdtt Embedment Sand Utdtry Embedment Sand Utdtry Embedment Sand Unk, Embedment Sand Storm Sewer - Manholes & Bases/Frarrres & Covers/Sfandard JRound) 33-05-13 9282018 33 OS 13 McNmle Pmmee atd Covers AccuCaat (Oovi Steel Company, LTD) #220605 MHRC #220605 (Size- "24" Dia) 9/2/218 330513 Manhole C— Neenah Foundry IMHRC W-1274-T91 NF-1274-T91(Size-32"Die.) 928/2018 330513 Manhole Frames and Covers Neenah Foundry W-1743-LM(H,—d) NF-1743-LM(Hin¢ed)(Size-32"Dia.) 928/2 18 3305 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Die ) 928/2018 330513 Manhole Frames and Covers Neenah Foundry R-1743-HV R-1743-HV(Size-32"Die ) 4/320:9 330513 Manhole Frames and Covers SIP Industries++ 2279ST 22795T (Size-24"Di. ) 4/3/2 9 330513 Manhole Frames and Covers SIP Industries++ 2280ST 22805T (Size-32"Dia) 10/82020 3305 13 Manhole Frames and Covers EJ ( Formally East Jordan I— Works) E11033 Z2/A EJ1033 Z2/A (Size-32.25" Dia.) 3/82024 3305 13 Curb Inlet Covers SIP It, ustries++ 2296T 2296T (Size -'"24" Die.)6/18/2024 330513 Curb Inlet Covers SIP Industries++ I2279STN 2279STN(Size-24"Dia) •*Note: nn d w idanamhole lids hll d themii.. 30-inh pnigeamtadJ7ed City tn330 Any smaller opening skes will only be allowedfar ex/sn'ng manholes that require replacementframes and rovers. Storm Sewer- Inlet At Structures 33-05-13 10/8/2020 33 49 20 Cmb Inlets F.-- 10/8/2020 33 4920 Cmb Inlets Foaerrm 10/82020 33 49 20 Cmb Inlets Foaerrm 10/8/2020 33 49 20 Cmb Inlets Fone- 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 333920 Manhole Fonema 10/R2020 333920 Manhole I'm 10/R2020 333920 Manhole Fonema 3/19/2021 334920 Curb Inlets Thompson Pipe Group 3/19'1121 334921 Cnrb Inlets Thompson Pipe Group 3/19/2021 334921 Cnrb Inlets Thompson Pipe Group 3/19/2021 333920 Manhole Thompson Pipe Grouo 3/19/2021 33 392 Mmihole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 3920 Manh le Thompson Pipe Gmap 3/192021 33 39 20 Manhole Thompson Pipe Group 3/192021 333920 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Crou p 3/192021 33 3920 Manhole Thompson Pipe Croup 3/192021 33 3920 Manhole Thompson Pipe Group 3/19/2021 333920 Manhole Thompson Pipe Group 3/19/2 21 33 39 20 Manhole Thompson Pipe Croup 3/19/2 21 33 39 20 Manhole Thompson Pipe Croup 3/19/2021 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 13/19/2021 33 4920 Drop Inlet Thompson Pipe Gronp 13/19/2021 334920 Drop Inlet Thompson Pipe Croup �3/19/2021 334920 Drop Inlet Thompson Pipe Group �8/282023 334910 Manhole Oldcasde 8282023 33 49 10 Manhole Oldcastle 8282023 33 49 10 Manhole OldcastIe 8/28/2023 33 49 10 Manhole OldcaetIe 8/28/2023 33 49 10 Manhole Oldcastle 8/28/2023 334910 Manhole Oldcestie 8/28/2023 334910 Manhole Oldca & 8/28/2023 334910 Manhole Rinks Materials 8/28/2023 333920 Cufi Wet]0 k 3' Rise Thompson Pipe Group 8/28/2023 33 39 20 Cnfi Inlet 15 k 3' Risu Thompson Pipe Group 8/28/2023 333920 Cmb Wet 20'x 3'Riser Thompson Pipe Gmep 1/12/2024 33 49 20 Drop Inlet Ame 1Z Pipe &Products 1/12/2024 334920 Dmp Inlet AmenTex Pipe&Products 1/19/2024 334920 Manhole AmenTex Pipe&Products 1/19/2024 334920 Manhole AmenT"Pipe&Products A. 1/19/2024 334920 Manhole Pipe&Proddt 1/19/2024 334920 Manhole Ameffex Pipe&Products 1/19/2024 334 20 Manhole AmeriTex Pipe &Products 1/19/2024 334 20 Manhole IT Pipe &Products 1/19/2024 334 20 Manhole Amerfiex Pipe &Products 1/19/2024 334920 MaNmle Ameniex Nt,e&Prod-N 7/162024 334 20 Cmb Wets Tex Pipe &Products 7/162024 33 49 20 Cmb Wets AmeoTex Pipe &Products •'Note: Ihe-radinlds are ap —dfarthe dagelportion o/the n —e (basin) only. Sege Rpordon 1 0x34 I -PRECAST" (Size -10' X 3'1 ]Ox3-0PRECAST'-PRECAST" (Size - 1O' X 3) IOx4.5407-PRECAST" (Size - 10' X 4.5) IOx4.1,42e0-PRECAST'* (Size- l0'X4.5) 4X4A09-PAST�SSize44' X 4O 5X54 ] O-PRECAST-TOP (Size - 5' X 53 5X54 0-PRECAST-BASE(Size -5'X 5) 5X64 11-PRECAST-TOP (Size - 6' X 6) 5X6411-PRECAST-BASE (Size - 6' X 6) 40X3-405-PRECAST INLET" (Size -10' X 3'7 45X3-005-PRECAST INLET" (Size - IS' X 3'7 20X3 405-PRECAST INLET" (Size -20' X 7) 4X44 09-PRECAST TOP (Size - TX 4T 4X4-009-PRECAST BASE (Size -T X T) 4X44 12-PRECAST 4-FF RISER (S¢e - TX 4T 5X5410-PRECAST TOP (Sae - 5' X 5T SXS4 1 O-PRECAST BASE (Size - 5' X 5T 5X5-012-PRECAST 5-FF RISER (Si. - 5' X 5T 4X6-0l l-PRECAST TOP (Si e - 6' X 61 6X64 1 1-PRECAST BASE (Svz - 6' X 63 4 X64 -PRECAST 6-FT RISER (Size - 6' X bT 7X7-011-PRECAST TOP (Size - TX 7T -7X7-011-PRECAST BASE (Size -T X 7) 7X7-012-PRECAST 4-FT RISER (Size -7' X 71 8X8-011_PRECAST TOP (S¢e - 8' X 81 8X8411-PRECAST BASE (Size - 8' X 8'1 8X84 2-PRECAST 5-FT RISER (Srze-8'X 81 4X4408-PRECAST INLET (Size -4' X 43 5X5-0O8-PRECAST INLET (Size - 5' X 5� 6X6A08-PRECAST INLET Si" - 6' X 63 ist Tx 4' Stacked Mmhole (Si. -T X 4) iat 5' x 8' Storm Junction Box (Size - 5' X 8) ist Tx 4' Storm Junction Box (Size -4' X 4)) ,A 5' x 5' Storm Jmction Box (Size - 5' X 59 ist 6' x 6' Storm Junction Box (Size - 6' X 69 ist 8' x 8' Storm Junction Hox Base (Size - 8' X 83 ist 5' x S' Storm Junction Hox Base (Size - 5' X 8, Coned 48" Diameter Spread Footing Manhole (Si.,, - TX 4T Riser (Size - 3 FT) Riser (Size - 3 FT) Rlear (St. - 3 FT) Inlet (4' X 4' Inlet (5' X 51 Precast 4k4' Storm Junction Hox Precast 5k5' Sturm Junction Box T Precast Tamsttlon MH (4' MH m the top of 5' JB) Precast bkb' Storm Junction Box 6' Precast Tansition MIT (4' MH on the top of 6' JB) Precast BM' Storm Junction Box 8' Precast Tamsitioo MH (4' MH on the top of 8' JB) T— C Sturm Drain Manhole on Box (4' MH on the too of RCB) I Ox3 Precast" (Size 10'x3) 15x3 Precast" (Size 15' x 3) are required a be east in -place. No exreptloru ro tbis requireinentsbal/De dlowed FASTM D5893 TM D5893 TM D5893 TM D5893 ASTM C33 ASTM C33 _ ASTM C33 ASTM C33 ASTM C33 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A536 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 ASTM 615 ASTM 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 AS 615 AS 615 ASTM 615 ASTM 615 ASTM C478 ASTM C478 ASTM C478 AS C478 AS C478 AS C478 AS C478 AS C433 AS C913-16 AS C913-16 AS C913-16 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 AS C913 AS C913 ASTM C913 AS C913 AS C913 ASTM C913 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 §torm Sewer - Pipes & Boxes 33-05-13 3341 13 So. Dmm Pipes Advanced D—ge Systems, I. (ADS) ADS HP Storm Polwmvvleue (PP) Pipe (Sim -12" - 601 ASTM F2881 & AASHTO M330 3341 10 Storm Dmin Pipes Rinker Mmenals Reinforced Concrete Pipe TOnene and Groove Joint Pipe (Size -21"or 1-0 ASTM C76, C655 3341 10 Culvert Box Rinker Mamrials Reinforced Concrete Box Culvert (Sze - Various) ASTM C789, C850 3341 10 Storm Drain Pipes A—U— Pipe &Pmd.ct Reinforced Concrete Pipe TO , and Groove Joint Pipe' (Size -15" or larder) ASTM C76, C506 3441 10 Culvert Box Ameffez Pe &Products Reinforced Concrete Box Culvert (size - Various)) ASTM C1433,C1577 3541 10 Storm Dain Pipes The T.— Reinforced Concrete Pipe Tongue and Groove Joint Pipe' (Si. - 15" or larder) ASTM C76, C506 3341 10 Calvert Box The Tumer Co Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 3341 10 Storm D— Pipes Thoml�@ Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe' (Size Various) ASTM C76, C506 334110 Culvert Box Oldce den Rein forced Concrete Box Culvert ASTM C1433,C1577 33 41 10 Stmm Dmm Ppes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe' (Size Various) ASTM C76, C506