Loading...
HomeMy WebLinkAboutContract 63253-PM1CSC No. 63253-PMI FORTWORTH, CONTRACT FOR THE CONSTRUCTION OF WATER, SEWER, AND PAVING IMPROVEMENTS FOR EAST PO WEL TO WNHOMES IPRC Record No. IPRC20-0034 City Project No. 102692 FID No. 30114-0200431-102692-EO7685 File No. W-2708 X File No. X-26470 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Chris Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department b CHANDLER S. DAVIS a ................................o t,o 149398 0 6 910005 June 2025 Prepared for The City of Fort Worth, Texas Prepared By 3000 Race St Suite 108 Fort Worth, Texas 760116 Ph# (817)529-2700 Firm# 12452 `evolving® Civil Engineering + planning CITY OF FORT WORTH East Powell Townhomes Improvements STANDARD CONSTRUCTION SPECIFIACATION DOCUMENTS City Project# 102692 Revised April 3, 2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn 11 13 layit ie t Bidders Last Revised 03/20/2020 002113 0041 00 00 42 43 histF.,etions t Bidders Bid Fe Proposal Form Unit Price 03/20/2020 040:2,12014 05/22/2019 00-4� 1 0045 11 Bid Ben Bidders P .o,,ual f: e ti o ' s 040:2,12014 nn in T 0045 12 Prequalification Statement A r 09/01/2015 in�r�0:2e 00 45 1� 00 45 26 made,. Pr-eq,,.,1;fxea4 p,.i;eat Contractor Compliance with Workers' Compensation Law to..prise 03 04/02/2014 nQio 0045 40 00 52 43 Mine-ity Business -E Goa Agreement a 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 ni i 2n Preconstruction Meeting 08/30/2013 mini i vrrrzv 3 01 32 33 Pr-ej et N4eetiF*, Preconstruction Video mTvrrrviT g 08/30/2013 01 33 00 Submittals c,.o ; i D,-eee, 08/30/2013 0135 13 01 45 23 Pre ufe Testing and Inspection Services 09/30,12� 03/20/2020 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 vrrv-za 01 78 39 Project Record Documents vTrvT-zvxT 04/07/2014 CITY OF FORT WORTH East Powell Townhomes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DAP City Project# 102692 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htti):Hfortworthtexas.Lyov/tnw/contractors/ or httt)s://aDDs.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/07/2025 03 34 13 Controlled Low Strength Material (CLSM) 03/07/2025 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 7ti�no De.,..el:tieff f Elee4«;e.,l Systems 17/7 z 7tiio-05 43 Uff e,-gfe.,n.1 Dte4..and Raeew�,.„sf L' r leet-iea Systems n'7,n T 260550 C��tt�li l.� .lti 'Dwx Gef "im Lvzrz6/2016 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 31 36 00 Gabiens 1 L�ti 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements TzNmroZ;, 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 1'ee4e�l Base h..,,,-�o� n�110�2022 EQ3YYJ14t TYv vrn�vravzz Z7�T Liquid T..ee4e.l Sol Stabilize.. 09,L2 5 32 1216 Asphalt Paving 6/07/2024 CITY OF FORT WORTH East Powell Townhomes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DAP City Project# 102692 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 141 ^ 16 Bfial TJnitjlti , ng 1 '' L''�4-2 32 16 13 5 Concrete Curb and Gutters and Valley Gutters rw-b Address Pai+A ng > 12/09/2022 1 1 ins n�13 124 � 32 31 26 �rTrzv '27�9 �� Chain enees and Ga4es Wire Feneo� .,tea Gatos Weed Fences and 64es CW. xm Dlka,.e Gene.ete not i+iing nx7., z 1�L20/2012 r�-=vrav�z 1�i�r2 ntiin 4 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 3292 14 Non T� t" .a1 l,lf1,) rg nci1�� 14/064!02 3292 15 32 W 4� NeAi. e GFaSS afid W ff Seed fees and E+AuLG 1 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 03/11/2022 ZZ�2 Closed r; m r irrT'x14 hasp. "PA�.t � .� ei ,",,• c@7=19i�.'�i�l. T�� Q1108/2023 zzTvvr�vz� 3 �Zlv13 i o 3-3--04 10 33 33 11 SG P7wlt tY.g of 1J'.,: stiog e ,,.. e f Syst,.,....., TeipA D,.a.1;.... a -a Eleetfieal isolation r,.,.,.esior Gentf .1 'Tent Sta4 1 7 Lr�-20/2012 17L7zzrzvnviz 12A20/201-2 04 SJ--vnaMagnesithm 33 04-300 �--04-40 ens Aoede G4hedie Pfeteetieff Systemr2-20r2012 TN r, 0710n vz,-vvrzoz� 33 04 50 3305 10 Gleaning of Pipe, Utility Trench Excavation, Embedment, and Backfill n3il�- '�z 12/13/2024 33 05 12 33 nc 13 �--v7-Z� 7 T 1.l' T awePing x:..,,,.,, r,yef: Em r_r-a Rings , Adjusting Manholes, inlets, Valve BE)�Ees, Other- Stfbtetufes to 11 i�12 nn,09 mrT/2zozz 33 05 2 2�o 33 05 i T 330520 2n �--v7-zv 33 nc �1 �--v�-zr 330522 33 05 23 and Gfade Coffer -etc Water- Vatilts r ff,., ete Gel l a fs n,.,�,,..>�efiig �r�vrnr� rr,mnel hine Plate Steel r g. sinNpe 1L-rJ Turin n3i1�22 112 i0r2 03 n�22 1�L20/2012 r�-avrzozz 1�L20/2012 r�-avrzozz 12A2z 12/'lzz 20/ 012 33 �4 �--v�-zo 330526 26 u P�Wrr. ;; at TuY��c U44i ., >\ ar-kef it ,.,,, to f-g 1109/2022 1 � L20/2 1 � r�-avrzozz 330530 33 11 05 r , ea4ie f Existing TTti Bolts, Nuts, and Gaskets 12L20/2012 12/20/2012 33 i i me Diaetil Im . Pi¢ a 1 'f /n�22 33 11 11 Ductile Iron Fittings 09/20/2017 13 11 12 Pely.,;"1 C; lo-ide (PNIG) Pfess,,,-e Pipe nn,n z 23 11 13 33 1 1 1 n � �--r-r-r� Gonefete ,,,-e Pipe Bar- Wrapped, Steel r.,l;a de-'Pype Biar- e Steel Pipe ,.,.,1 > i4if+.., 03i0S 12A20/2n12 r�-=vrsvzz CITY OF FORT WORTH East Powell Townhomes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DAP City Project# 102692 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 1210 Water Services 1-inch to 2-inch 02/14/2017 12 1 2 1 1 20 Large Water- Meters 1 � i�i a 21 Resilient Seated Gate Val" Seated Butter -fly Valves 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 n:« Valve Assemblies fe - \x7.,te G Systems 12L2z .(�'i4bimf0.a -Petable f 33 1240 Fire Hydrants 01/03/2014 33-Q 50 Wa4r E��r:fJ�a f�&t:afis 1-31-o , i2QQ,/20i2 0 3331 12 St.....1..«.l off Valve Assembly Cured in Place Pipe (CIPP) 06/1 3 12/20/2012 33 31 13Eanllkar, s ,� High Density n yethylefie (14PP r) Pip-c for Ewmiart, er- nni�T 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 � Sewef Pal33-31 pipe 12�ti ZZ -41 77 �z C`an taff Se r ' ��'�ip �.11�'1'4g i2QQ/20i2 �� 33- i i3 c.,�tr RiV_ Br.largemet 12�i2 3331 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 E .2 ✓. r Air- Valve for Eanikar,, eewe > « o� 1 �i�12 3339 10 Cast -in -Place Concrete Manholes 12/13/2024 33 39 20 Precast Concrete Manholes 12/13/2024 32�no 33 39 60 xx ast,,weA « n,,,.ess rt,a ffi of (IA n G Liners for Sanitary Sewer Structures 1 ice- ^z�z 04/29/2021 Liglk _J I%G11j' toi�,ll D1dA r2-20r201z 22�3 Peiy..«,.....,1,fte Pipe f « StJP.G �J'1M1 r. 0611z 1 i� 33 4600 33 4601 Subdr-ainage Sletreid 9t3 Dfaffts 20/201z n�i�14- ZZ�= ���„ 7-� TtCtivl"1 �1���r.J n7m, 20 1 mTv�vzz 33-4 20 33 4940 Division 34 2A�no Gtt l and Dfopinlets Storm '.3minage Head -walls a,1 xx7:,-,,.wa! Tr-ansporcafi" Ccigff.1., n3i1�z 0710T n3i1�z 3n nano1 3n n�02 3 n n�v3 T-fa e Attaehment A C rt« llo« G l.:nof Attraehment B—Gentfollei-Speeifieatien fT�rfu lrtl�:t, r e,.ftwaf C�..ee fie tiefl 1 i1 s 02,12012 0 " 3 ^7T47-TT Tv It�i Z' j, T«..f1; .. Q;.�«.,1., 11 L222013 ?/I i 1 13 no.,.,,ying T-r- ffie Signals n3i1�z 34 4120 Readw Illuminakaft Assemblies 1 �i�12 3 n nano 1r AAa6al LED Raadw Liaminc�,Pos06115/201 c 34 n 1 2n 02 �-�rz�vs > «,,,,.. aY r > D n,.adw .. r �1.:eMlltY.�1�i3 0611 5/2n, c vrnr�rsvz� 34 n 1 -2n n3 �v� D,..,;,1eiifi.l LED D Roadway r n ;, �1.xlr.��.. 3S 06,1 5/2 c ovrr�rzoz� 3n� ��rr�� Aluminum 6.gfis !'able Aiede 1 1 /1 3471 13 Single Fiber- Optie Traffic Control 0r1i 4 03/22/2021 CITY OF FORT WORTH East Powell Townhomes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DAP City Project# 102692 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DAP Revised March 20, 2020 Page 5 of 5 East Powell Townhomes City Project# 102692 00 42 43 DAP - BID PROPOSAL Page 1 of5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - East Powell Townhomes UNIT PRICE BID Project Item Information IBidlistltem Description I Specification Section No. No. UNIT I: WATER IMPROVEMENTS 1 3311.0263 8" PVC Water Pipe, Select Backfill 3311 12 2 3312.0001 Fire Hydrant 33 12 40 4 3312.3003 8" Gate Valve 33 12 20 5 3312.0117 Connection to Exisitng 4"-12" Water Main 32 12 25 7 3311.0001 Ductile Iron Water Fittings and Vertical Bends 3311 11 8 3305.0109 Trench Safety 33 05 10 10 3331.4108 6" Sewer Pipe 33 11 10, 33 31 12, 33 31 20 11 9999.0001 Automatic Flushing Device 00 00 00 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 Bidder's Application Unit of Bid Measure Quantity LF EA EA EA TN LF LF EA 543 1 1 1 0.4 543 37 1 TOTAL UNIT I: WATER IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $48.00 $26,064.00 $4,200.00 $4,200.00 $2,400.00 $2,400.00 $1,500.00 $1,500.00 $1,500.00 $600.00 $2.00 $1,086.00 $60.00 $2,220.00 $6,500.00 $6,500.00 $44,570.00 MOTA CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-E Powell.xlsx 00 42 43 DAP - BID PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - East Powell Townhomes UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal IBidlist Item No. Description I Specification Section No. I Unit of Measure Bid Quantity Unit Price Bid Value UNIT II: SANITARY SEWER IMPROVEMENTS 1 3331.4117 8" Sewer Pipe, Select Backfill 33 11 10, 33 31 12, 33 31 20 LF 403 $121.00 $48,763.00 2 3331.4103 4" Sewer Pipe, Select Backfill 33 11 10, 33 31 20 LF 522 $72.00 $37,584.00 3 3331.3101 4" Private Sewer Service 3331 50 EA 22 $1,500.00 $33,000.00 5 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 3.7 $800.00 $2,960.00 6 3305.0109 Trench Safety 33 05 10 LF 403 $6.00 $2,418.00 7 3301.0101 Manhole Vacuum Testing 3301 30 EA 1 $1,200.00 $1,200.00 8 3301.0002 Post -CCTV Inspection 3301 31 LF 403 $4.00 $1,612.00 10 0241.2012 Remove 6" SS Line 0241 14 LF 403 $8.00 $3,224.00 11 3339.0001 Epoxy Manhole Liner 33 96 60 VF 18 $260.00 $4,680.00 12 3305.0113 Trench Water Stops 33 05 15 EA 2 $750.00 $1,500.00 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 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $136,941.00 U.M. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-E Powell.xlsx 00 42 43 DAP - BID PROPOSAL Page 3 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - East Powell Townhomes UNIT PRICE BID Project Item Information IBidlistltem Description I Specification Section No. No. UNIT III: DRAINAGE IMPROVEMENTS 1 3137.0105 Medium Stone Riprap, grouted 33 37 00 2 9999.0002 Type III Barricades 00 00 00 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 Bidder's Application Bidder's Proposal Unit of Bid Unit Price Bid Value Measure Quantity SY 272 $45.00 $12,240.00 LF 50 $45.00 $2,250.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $14,490.00 U.M. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-E Powell.xlsx 00 42 43 DAP - BID PROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - East Powell Townhomes UNIT PRICE BID Project Item Information IBidlistltem Description I Specification Section No. No. UNIT IV: PAVING IMPROVEMENTS 1 3213.0401 6" Concrete Driveway 32 13 20 2 3216.0101 6" Conc Curb and Gutter 30 16 13 3 3212.0401 HMAC Transition 32 12 16 4 3212.0302 2" Surface Type D Asphalt Pavement 32 12 16 5 3212.0501 4" Base Type B Asphalt Base 32 12 16 6 0241.1100 Asphalt Removal 0241 15 7 3123.0101 Unclassified Excavation by Plan 31 2316 8 3123.0103 Borrow by Plan 31 2323 9 3211.0502 8" Lime Treatment 3211 29 10 3211.0400 Hydrated Lime 3211 29 11 3110.0101 Site Clearing 31 1000 12 3125.0101 SWPPP >_ 1 acre 31 2500 13 0241.0702 Relocate Mailbox - Traditional 0241 13 14 3292.0400 Seeding, Hydromulch 32 92 13 15 3291.0100 Topsoil 3291 19 16 3471.0001 Traffic Control 3471 13 1 17 3110.0103 12"-18" Tree Removal 31 1000 1 18 9999.0003 Relocate Existing Utility Pole 00 00 00 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 Bidder's Application Unit of Bid Measure Quantity SF LF TN SY SY SY CY CY SY TN LS LS EA SY CY MO EA EA 276 1046 44 1398 1398 1057 365 100 1789 215 1 1 2 1652 413 1 1 2 TOTAL UNIT IV: PAVING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $9.50 $2,622.00 $18.00 $18,828.00 $160.00 $7,040.00 $21.00 $29,358.00 $52.00 $72,696.00 $16.00 $16,912.00 $8.00 $2,920.00 $12.00 $1,200.00 $6.00 $10,734.00 $220.00 $47,300.00 $7,500.00 $7,500.00 $1,800.00 $1,800.00 $650.00 $1,300.00 $1.70 $2,808.40 $22.00 $9,086.00 $3,000.00 $3,000.00 $1,250.00 $1,250.00 $2,800.00 $5,600.00 $241,954.40 U.M. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-E Powell.xlsx 00 42 43 DAP - BID PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - East Powell Townhomes UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal IBidlist Item Description I Specification Section No. I Unit of Bid Unit Price Bid Value No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS $44,570.00 UNIT II: SANITARY SEWER IMPROVEMENTS $136,941.00 UNIT III: DRAINAGE IMPROVEMENTS $14,490.00 UNIT IV: PAVING IMPROVEMENTS $241,954.40 Total Construction [aid $437,955.40 This Bid is submitted by the entity named below: BIDDER: Atlantic Construction Group LLC 1617 Ronne Dr Irving, TX 75060 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION BY: Uzziel Montelongo TITLE: CEO DATE: 10/1/2024 40 worldng days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-E Powell.xlsx OD 45 12. DAP PH&, UALIETCATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP - PREQUALIFI.CATION 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 types) listed. In the "Maior Work Tvpe" box provide the complete maior work tvoe and actual descrintion as provided by the Water Department for water and sewer and TPW for ❑avino,. Major Work Contractor/Subcontractor Company Name Prequalification Type Expiration Date Water Atlantic Construction Group LLC 4/30/2026 Improvements Open Cut (12" and udder) Sanitary Sewer Atlantic Construction Group LLC 4/30/2026 Improvements Open Cut (8" only) Drainage Atlantic Construction Group LLC 6/14/2026 Improvements (Stone Rip Rap) Paving Atlantic Construction Group LLC Improvements 6/14/2026 (6" Concrete Driveway) The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Atlantic Construction Grouv LLC Company 1617 Ronne Dr Address Irving TX 75060 City/State/Zip By: Uzziel Montelon!o - CEO (Please Print) Signature: �� V Title: CEO (Please Print) P Date: 05/30/2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQ.UALIFICATION STATEMENT —OEV ELOPE R AWARDED PROJECTS East Powell Avenue Improvements Form Version September 1, 2015 City Project# 102692 2 3 4 5 6 7 8 9 10 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 KU11 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 C"OWT-R:A-'T.(,)P C.OM-PT.TAV77 W.ITN WORKFR-� S f70MPRNS,ATION I.AW 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. Project No. 102692. 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: _Atlantic Construction Crroun LLC Company 1.617 Ronne Address 11ving. TX 75060 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Uzziel Montelontro (Please Print) Signature: 4, Y,�w itle: CEO (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared U-L, V1ir, ( Mon4-c4 o#uy , known tome Lobe the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. GTVE-N UNDER MY HAND AND SEAL OF OFFTCE this day of 3Vno, n $5 pr{tlrp `�.srprp�v, KARINA SAMANTHA AfiMIJQ Notary Public. State of Texas Comm. Expires 05-14.2028 Notary ID 134900598 Notaly)kqblicVr for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Fast Powell Townhomes City Project# 102692 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 SECTION 00 52 43 AGREEMENT 3 THIS AGREEMENT, authorized on 5/29/2025 is made by and between the Developer, Bowers 4 Homes, LLC, authorized to do business in Texas ("Developer") , and Atlantic Construction 5 Group LLC, authorized to do business in Texas, acting by and through its duly authorized 6 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 East Powell Townhomes 16 City Proiect Number #102692 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 40 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer ONE HLWRED Dollars ($ U0 for each day that expires alter the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. CrrY OF FORT WORTH East Pow.11 Tawnhowes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City I'mpetti 102692 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of FOUR HUNDRED THIRTY SEVEN THOUSAND 40 NINE HUNDRED FIFTY FIVE DOLLARS AND FOURTY CENTS ($437,955.40). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) £ Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CTTY OF FORT WORTH East Powell Tuwnhomes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Pivject# 102692 Revised June 16,2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification Drovision is sDecifically intended to ouerate 81 and be effective even if it is alleged or uroven that all or some of the damages being 82 sought were caused, in whole or in cart, by anv act, omission or negligence of the citv. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specificallv intended to operate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused, in whole or in Dart. 94 by anv act, omission or negligence of the citv. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and ill CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Ea I POwell Tuwnh=m s• STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Pivj-0 102692 Revised June 16, 2016 116 117 118 119 120 121 122 123 124 125 126 005243-4 Developer Awarded Project Agreement Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Developer: Atlantic Construction Group LLC Bowers Homes LLC By: �I v l , BY: 74(Signature) (Signature) Uzziel Montelongo (Printed Name) Title: CEO Company Name: Atlantic Construction Group LLC Address: 1917 Ronne Dr City/State/Zip: Irving, TX 75060 5/29/2025 Date Todd Bowers (Printed Name) Title: Managing Member Company name: Bowers Homes LLC Address: 1845 Precinct Line Rd, Suite 215 City/State/zip; Hurst, TX 76054 5/29/2025 Date CITY OF FORT WORTH Earl POwcll Tuwnh=m s• STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City I'mg-lll 102692 Revised June 16,2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE CITY OF FORT WORTH East Powell Avenue Improvements STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692. Revised July 1, 2011 POLICY NUMBER: 1000213217 COMMERCIAL AUTO CA04491116 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance - Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 Copyright, Insurance Services Office, Inc., 2016 08/09/2024 11:01:23 Page 1 of 1 POLICY NUMBER: 1000213217 COMMERCIAL AUTO CAD 09 04 01 22 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SILVER SERIES PLUS BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Coverage SCHEDULE* Limits of Insurance * Information required to complete this Schedule, if not shown on this endorsement, will be shown in the Declarations. The following Coverages apply only if they are shown in the Schedule above. Each of the Coverages is subject to the limit of insurance associated with such Coverage in the Schedule. The following provisions apply only with respect to the insurance provided by the Business Auto Coverage Form. I. BROAD FORM NAMED INSURED AND NEWLY ACQUIRED OR FORMED ORGANIZATIONS COVERAGE The following provisions are added to subparagraph 1. Who Is An Insured under paragraph A. Coverage as found in SECTION II — COVERED AUTOS LIABILITY COVERAGE: d. Any organization, or any subsidiary of such organization, which is a legally incorporated entity of which you own a financial interest of more than 50 percent of the voting stock on the effective date of this endorsement with respect to any covered "auto". However, this paragraph A.1.d. does not apply to "accident" or "loss" with respect to which an "insured" under this policy is also an "insured" under another policy, or would be an "insured" under such other policy but for its termination or upon the exhaustion of its limits of insurance, unless such other policy was written to apply specifically in excess of this policy. CAD 09 04 01 22 Includes copyrighted material of Insurance Services Office, Inc., with its permission Donegal Insurance Group 08/09/2024 11:01:23 Page 1 of 6 POLICY NUMBER: 1000213217 e. Any organization you newly acquire or form, III other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as an insured if there is no other similar insurance available to that organization. However: (1) Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; (2) Coverage under this provision does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you acquired or formed the organization. All provisions, exclusions and conditions applicable to you, except those pertaining to notice of cancellation or refusal to renew, as provided in this policy, including any endorsement attached to and made a part of this policy, apply with respect to the insurance provided to such newly acquired or formed organizations. II. SUPPLEMENTARY PAYMENTS INCREASED LIMITS A. Subparagraph a.(2) under paragraph 2. Coverage Extensions as found in paragraph A. Coverage (SECTION II — COVERED AUTOS LIABILITY COVERAGE) is deleted and replaced by the following: (2) Up to the limit of insurance shown in the Schedule above for Supplementary Payments - Bail Bonds Increased Limit for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. B. Subparagraph a.(4) under paragraph 2. Coverage Extensions as found in paragraph A. Coverage (SECTION II — COVERED AUTOS LIABILITY COVERAGE) is deleted and replaced by the following: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to the limit of insurance shown in the Schedule above for Supplementary Payments - Loss of Earnings Increased Limit, because of time off from work. BROADENED TOWING AND LABOR COSTS COVERAGE - ALL VEHICLE TYPES Subparagraph 2. Towing under paragraph A. Coverage as found in SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: 2. Towing And Labor Costs We will pay up to the limit of insurance shown in the Schedule above for Broadened Towing And Labor Costs Each Disablement for towing and labor costs incurred each time a covered "auto" is disabled. However, the labor must be performed at the place of disablement. With respect to disablement of covered "autos" other than of the private passenger type, the most we will pay for the total of all towing and labor costs during the policy period shown in the Declarations is the limit of insurance shown in the Schedule above for Broadened Towing And Labor Costs Aggregate Limit. IV. BROADENED TRANSPORTATION EXPENSES COVERAGE EXTENSION - ALL VEHICLE TYPES Subparagraph a. Transportation Expenses under paragraph 4. Coverage Extensions as found in paragraph A. Coverage (SECTION III - PHYSICAL DAMAGE COVERAGE) is deleted and replaced by the following: a. Transportation Expenses We will pay per day up to the limit of insurance shown in the Schedule above for Broadened Transportation Expenses Increased Limits Per Day, subject to the maximum limit of insurance shown in the Schedule above for Broadened Transportation Expenses Maximum Limit, for temporary transportation expense incurred by you because of the total theft of a covered "auto". We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". CAD 09 04 01 22 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 2 of 6 Donegal Insurance Group POLICY NUMBER: 1000213217 V. BROADENED LOSS OF USE EXPENSES COVERAGE EXTENSION Subparagraph b. Loss Of Use Expenses under paragraph 4. Coverage Extensions as found in paragraph A. Coverage (SECTION III - PHYSICAL DAMAGE COVERAGE) is deleted and replaced by the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is the limit of insurance shown in the Schedule above for Loss Of Use Expenses Per Day, subject to the maximum limit of insurance shown in the Schedule above for Loss Of Use Expenses Maximum Limit. VI. The following is added to paragraph A. COVERAGE (SECTION III - PHYSICAL DAMAGE COVERAGE): 5. Hired Auto Physical Damage If hired "autos" are covered "autos" for Liability Coverage under this policy and if Physical Damage Comprehensive Coverage, Physical Damage Specified Causes Of Loss Coverage, or Physical Damage Collision Coverage is provided under this policy for any "auto" you own, then such Physical Damage Coverages are extended to apply to "autos" you hire without a driver, subject to the following provisions: a. The most we will pay for any "accident" or "loss" under this Hired Auto Physical Damage Coverage is the lesser of: (1) The limit of insurance shown in the Schedule above for Hired Auto Physical Damage Coverage - Any One Accident Or Loss; (2) The actual cash value, which includes an adjustment for depreciation and physical condition in the event of a total "loss"; or CAD 09 04 01 (3) The cost of repairing or replacing the damaged or stolen hired "auto" with other property of like kind and quality, minus a $500 deductible. No deductible applies to "loss" caused by fire or lightning. b. Subject to the limit of insurance and deductible provisions provided in paragraph 5.a. above, we will provide coverage equal to the broadest Physical Damage Coverage applicable to any covered "auto" shown in the Declarations. c. This Hired Auto Physical Damage Coverage does not apply to any "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. d. This Hired Auto Physical Damage Coverage is excess over all other collectible insurance. 6. Rental Reimbursement Expenses We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss", other than total theft, to a covered "auto". We will pay rental reimbursement expenses only for those covered "autos": a. For which you carry either Comprehensive or Specified Causes of Loss Coverage if the "loss" arises from such coverage; or b. For which you carry either Collision Coverage if the "loss" arises from such coverage. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, when the covered "auto" is repaired or replaced or we pay for its "loss". This coverage does not apply while there are spare or reserve "autos" available to you for your operations. The most we will pay for rental reimbursement expenses under this Coverage Extension because of "loss" to a covered "auto" is the limit of insurance shown in the Schedule above for Rental Reimbursement Coverage. No deductibles apply to this coverage. If the Rental Reimbursement Coverage endorsement is also attached to and made a part of this policy, then the coverage provided under this Rental Reimbursement Expenses Coverage Extension will be excess over the insurance provided by the Rental Reimbursement Coverage endorsement. 22 Includes copyrighted material of Insurance Services Office, Inc., with its permission Donegal Insurance Group Page 3 of 6 POLICY NUMBER: 1000213217 7. Personal Effects Coverage We will pay up to the limit of insurance shown in the Schedule above for Personal Effects Coverage for loss to wearing apparel and other personal effects which are: a. Owned by an "insured"; and b. In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this coverage. The insurance provided by this Personal Effects Coverage provision is excess over any other collectible insurance covering such property. 8. Auto Loan/Lease Gap Coverage In the event of a total "loss" to a covered "auto" shown on the Declarations in the Schedule Of Covered Autos You Own, we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. The amount paid under the Physical Damage Coverage Section of the policy; and b. Any: (1) Overdue lease/loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage. (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. We will pay the unpaid amount due on the lease or loan only for those covered "autos": a. For which you carry either Comprehensive or Specified Causes of Loss Coverage if the 'loss" arises from such coverage; or b. For which you carry either Collision Coverage if the "loss" arises from such coverage. VII. AIRBAG ACCIDENTAL DISCHARGE COVERAGE The following is added to subparagraph 3. under paragraph B. Exclusions as found in SECTION III - PHYSICAL DAMAGE COVERAGE: The exclusion for "loss" caused by or resulting from mechanical breakdown, as described in paragraph B.3.a. above, does not apply with respect to the accidental discharge of an airbag in a covered "auto" if the airbag is repaired or replaced in a manner acceptable to us. No deductible will apply to such "loss". Vill. REPLACEMENT COST OF A PRIVATE PASSENGER VEHICLE For a covered private passenger "auto" you own, paragraph C. Limits Of Insurance as found in SECTION III - PHYSICAL DAMAGE COVERAGE is replaced by the following: If we deem a covered "auto" to be a total loss within 180 days of your purchase of the automobile new, and it has not been previously titled, at our option we may: 1. Replace the covered "auto" with a new auto of like make, model and year; or 2. Pay you an amount equal to the cost of the covered "auto" new, including taxes. IX. GLASS REPAIR DEDUCTIBLE WAIVER The following is added to paragraph D. Deductible as found in SECTION III - PHYSICAL DAMAGE COVERAGE: However, no deductible applies to glass damage if the glass is repaired in a manner acceptable to us instead of replaced. X. PARKED AUTO COLLISION DEDUCTIBLE A. The following is added to paragraph D. Deductible as found in SECTION III - PHYSICAL DAMAGE COVERAGE: However, in the event of "loss" caused by collision to a covered "auto" while such "auto" is in the care, custody or control of an "insured" and legally parked, the Collision Coverage deductible amount that will be applied to the "loss" will be $100, regardless of any deductible amount shown in the Declarations as applicable to such covered "auto". CAD 09 04 01 22 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 4 of 6 Donegal Insurance Group POLICY NUMBER: 1000213217 This Parked Auto Collision Deductible provision does not apply to the "loss" if: 1. The covered "auto" is occupied at the time of the "loss"; or 2. The covered "auto" is in the care, custody or control of any person or organization engaged in the business of selling, servicing, repairing or parking "autos". B. If the Exclusions section of any Uninsured Motorists Coverage endorsement or Underinsured Motorists endorsement attached to and made a part of this policy includes a provision excluding a stated dollar amount from the total amount of "property damage" as the result of any one "accident", such stated dollar amount is revised to be $100. XI. MULTIPLE DEDUCTIBLE PROVISION The following is added to paragraph D. Deductible as found in SECTION III - PHYSICAL DAMAGE COVERAGE: If a "loss" covered under this Coverage Part also involves a "loss" to other property from the same "accident", which is covered under a Commercial Property or Inland Marine Coverage Part issued by us or any member company of ours for you, only the highest deductible applicable to those coverages will be applied to the "accident". XII. KNOWLEDGE OF AN ACCIDENT, CLAIM, SUIT OR LOSS The following provisions are added to subparagraph 2. Duties In The Event Of Accident, Claim, Suit Or Loss under paragraph A. Loss Conditions as found in SECTION IV - BUSINESS AUTO CONDITIONS: d. Knowledge of an "accident", claim, "suit" or "loss" by an agent, servant or "employee" of an "insured" (other than an officer or insurance manager if you are a corporation, a partner if you are a partnership, or a manager if you are a limited liability company) does not imply knowledge of the "insured" unless the "insured" has received notice from the agent, servant or "employee". e. Failure by an agent, servant or "employee" of an "insured" (other than an officer or insurance manager if you are a corporation, a partner if you are a partnership, or a manager if you are a limited liability company) to notify us of an "accident", claim, "suit" or "loss" will not jeopardize your coverage. XIII. BLANKET WAIVER OF SUBROGATION The following is added to paragraph A. Loss Conditions 5. Transfer Of Rights Of Recovery Against Others To Us as found in SECTION IV - BUSINESS AUTO CONDITIONS: With respect to the insurance provided under SECTION II — COVERED AUTOS LIABILITY COVERAGE only, we waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" caused by an "accident" and resulting from the ownership, maintenance or use of a covered "auto" if such ownership, maintenance or use of a covered "auto" is related to work or ongoing operations performed by you or on your behalf. This provision is also subject to the following: The work or ongoing operations performed by you or on your behalf have not yet been completed or abandoned and are being performed away from premises you own or rent; A. You are required under a written contract to waive your rights to recover from that person or organization; and B. The written contract was executed and in effect before any "accident", injury, loss or demand that would give rise to a claim under this Business Auto Policy. Under paragraph A. above, your work will be deemed completed at the earliest of when all the work called for in your contract has been completed, when all of the work to be done at a job site has been completed if your contract calls for work at more than one job site, or when that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service, maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as completed. XIV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS The following provision is added to paragraph A. Loss Conditions as found in SECTION IV - BUSINESS AUTO CONDITIONS: 6. Unintentional Failure To Disclose Hazards We will not deny coverage under this policy because of an unintentional failure to disclose all exposures or hazards existing on the effective date of the Business Auto Policy or because of an unintentional error or omission in any of the information provided by you and relied upon by us in the issuance of this policy. However: CAD 09 04 01 22 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 5 of 6 Donegal Insurance Group POLICY NUMBER: 1000213217 a. You must report the undisclosed exposure or hazard, or unintentional error or omission, to us as soon as practicable after its discovery; b. This provision does not affect our right to collect any additional premium associated with such unintentional failure or our right to cancel or non -renew this policy. XV. WORLDWIDE HIRED AUTO COVERAGE Subparagraph b.(5) under paragraph B. General Conditions 7. Policy Period, Coverage Territory as found in SECTION IV - BUSINESS AUTO CONDITIONS is deleted and replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed without a driver for a period of 30 days or less; CAD 09 04 01 22 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 6 of 6 Donegal Insurance Group POLICY NUMBER: 1000213217 COMMERCIAL AUTO CAD 09 31 01 22 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT - LIABILITY COVERAGE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The following provisions are added to subparagraph 1. Who Is An Insured under paragraph A. Coverage as found in SECTION II — COVERED AUTOS LIABILITY COVERAGE: d. (1) Any person or organization with whom you are required under a written contract, agreement, or permit to provide insurance such as is afforded under this policy, is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. (2) With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This does not apply to "bodily injury" or "property damage" occurring: (i) Prior to the date the written contract or agreement was executed and in effect; (ii) After your contract or agreement with such additional insured ends; or (iii) After the requirement in the written contract or agreement to add such person or organization as an additional insured on your policy ends. CAD 09 31 01 22 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 1 Donegal Insurance Group 08/09/2024 11:01:23 POLICY NUMBER: GPO9529990 COMMERCIAL GENERAL LIABILITY CGD90360119 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS - AUTOMATIC STATUS WHEN REQUIRED IN WRITTEN CONSTRUCTION CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO IS AN INSURED is amended to include as an insured any person or organization whom you are required under a written contract or agreement to provide insurance such as is afforded under this policy, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" performed at the site or location designated in the written contract or agreement. However: I. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. The insurance afforded to such additional insured will not be broader than: a. The coverage you have agreed to provide in the written contract or agreement; or b. The coverage provided by this endorsement. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: 1. This does not apply to "bodily injury" or "property damage" occurring prior to the date the written contract or agreement was executed and in effect. 2. "Bodily injury" or "property damage" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services for you, for such person or organization, or for others, including: a. The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs, drawings or specifications; and b. Supervisory, inspection, or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" involved the rendering of or the failure to render any professional services. 3. Any "bodily injury" or "property damage" for which valid and collectible insurance is available under an Owners and Contractors Protective Liability policy that you have purchased. C. With respect to the Insurance provided by this endorsement, the following is added to SECTION III - LIMITS OF INSURANCE: 8. The most we will pay under the insurance provided by this endorsement is: a. The applicable limit of insurance to which you have agreed in the written contract or agreement to provide; or b. The applicable Limit of Insurance shown in the Declarations, whichever is less. D. With respect to the Insurance provided by this endorsement, Paragraph 4. Other Insurance as found under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced by the following: 4. Other Insurance This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, unless you have agreed in a written contract or agreement for this insurance to apply either on a: (1) Primary and non-contributory; or (2) Contributory basis. When this insurance is excess, we will have no duty under Coverage A 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 insured's rights against all those other insurers. CGD 90 36 01 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission Donegal Insurance Group Page 1 of 2 08/22/2022 06:16:59 When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self -insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. CGD 90 36 01 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 2 Donegal Insurance Group 08/22/2022 06:16:59 POLICY NUMBER: Silver Series General Liability Coverage Enhancement Supplemental Declarations CGD 09 08 (05-19) Contractors Silver Series General Liability Coverage Enhancements Endorsement Coverage I Limit of Insurance Amendment of General Aggregate Limit of Insurance — Per Project Included and Per Location Additional Insured - Owners, Lessees Or Contractors - Automatic Included Refer to CGD 20 33 05 15 Status When Required In Construction Agreement With You CP09529990 Automatic Additional Insureds: Included in Applicable Limit of Insurance Controlling Interest Co-owner of Insured Premises Grantor of Franchise or License Lessor of Land Lessors of Leased Equipment Managers or Lessors of Premises Mortgagee, Assignee or Receiver State or Political Subdivision Permits Relating to Premises Vendors Broad Form Named Insured Coverage Included in Applicable Limit of Insurance Broadened Damage to Premises Rented To You Coverage $500,000 Broadened Newly Formed or Acquired Organizations Coverage Included in Applicable Limit of Insurance (180 days) Contractual Liability - Railroads Included in Applicable Limit of Insurance Electronic Data Liability $100,000 Incidental Malpractice Liability — Nurse, EMT or Paramedic Included in Applicable Limit of Insurance Coverage _ Knowledge of an Occurrence, Offense, Claim or Suit Included in Applicable Limit of Insurance Medical Expense Increased Limit of Insurance $15,000 Mobile Equipment Redefined Included in Applicable Limit of Insurance Non -Owned Watercraft Coverage Included in Applicable Limit of Insurance Supplementary Payments — Coverages A and B Bail Bonds Increased Limit of Insurance $3,000 Loss of Earnings Increased Limit of Insurance $1,000 per day Unintentional Failure to Disclose Hazards Included in Applicable Limit of Insurance Waiver of Transfer of Rights of Recovery Included in Applicable Limit of Insurance Premium: $500 CLDEC 10-17 08/22/2022 06:16:59 Page 11 of 17 POLICY NUMBER: CP09529990 General Liability Form, Coverage and Endorsement Supplemental Information CG 03 00 (01-96) Deductible Liability Insurance Coverage Amount and Basis of Deductible Per Claim or Per Occurrence Bodily Injury Liability OR _ Property Damage Liability $1,000 �I OR Bodily Injury Liability and/or Property Damage Liability Combined Application of Endorsement: (Enter below any limitations on the application of this endorsement. If no limitation is entered, the deductibles apply to damages for all "bodily injury" and "property damage", however caused): CGD 90 17 (05-14) Contractors Broad Form Property Damage Endorsement Including Lost Keys Coverage This endorsement is included as part of the selected Contractors Silver Series General Liability Coverage Enhancement. The coverage and limits provided are in addition to and will be applied in excess of any other limits provided in this policy for the same coverage. Limits of Insurance Deductible Contractor's Broad Form Property Damage $10,000 Contractor's Broad Form Property $500 Each Occurrence Limit — Personal Property Damage Each Occurrence Deductible — Personal Property Contractor's Broad Form Property Damage $10,000 Contractor's Broad Form Property $500 Each Occurrence Limit — Real Property Damage Each Occurrence Deductible — Real Property Contractor's Broad Form Property Damage $10,000 Aaareoate Limit CGD 90 36 (01-19) Additional Insured - Owners, Lessees Or Contractors - Completed Operations - Automatic Status When Required In Written Construction Contract Or Agreement Premium: $250 CLDEC 10-17 08/22/2022 06:16:59 Page 12 of 17 POLICY NUMBER: CP09529990 COMMERCIAL GENERAL LIABILITY CGD 09 08 05 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS SILVER SERIES GENERAL LIABILITY COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE* Coverage Limits) of Insurance Page * Information required to complete this Schedule, if not shown on this endorsement, will be shown in the Declarations. CGD 09 08 05 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8 Donegal Insurance Group 08/22/2022 06:16:59 The following Coverages apply only if they are shown in A. Subparagraph j. Damage To the Schedule above. Each of the Coverages is subject to Property under paragraph 2. the limit of insurance associated with such Coverage in Exclusions as found in COVERAGE the Schedule. A. BODILY INJURY AND I. NON -OWNED WATERCRAFT COVERAGE PROPERTY DAMAGE LIABILITY (SECTION I - COVERAGES) is A. Subparagraph g.(2) under paragraph 2. deleted and replaced by the Exclusions as found in COVERAGE A. following: BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION I - COVERAGES) is j. Damage To Property deleted and replaced by the following: "Property damage" to: (2) A watercraft you do not own that is: (1) Property you own, rent, or occupy, (a) Less than 51 feet long; and including any costs or expenses (b) Not being used to carry persons or incurred by you, or any other person, property for a charge; organization or entity, for repair, B. With respect to COVERAGE A. BODILY replacement, enhancement, restoration INJURY AND PROPERTY DAMAGE or maintenance of such property for any LIABILITY only, the following provision is added reason, including prevention of injury to to SECTION II - WHO IS AN INSURED: a person or damage to another's property; 4. Any person is an insured with respect to a watercraft you do not own that is less than (2) Premises you sell, give away or 51 feet long and is not being used to carry abandon, if the "property damage" persons or property for a charge, while using arises out of any part of those premises; such watercraft with your permission. Any (3) Property loaned to you; other person or organization responsible for the conduct of such person is also an (4) Personal property in the care, custody or insured, but only with respect to liability control of the insured; arising out of the operation of the watercraft. (5) That particular part of real property on However, no person or organization is an which you or any contractors or insured: subcontractors working directly or a. With respect to "bodily injury" to a co- indirectly on your behalf are performing "employee" of the person operating the operations, if the "property damage" watercraft; arises out of those operations; or b. With respect to "property damage" to (6) That particular part of any property that property owned by, rented to, loaned to, must be restored, repaired or replaced occupied by, or otherwise in the care, because "your work" was incorrectly custody or control of, you or the performed on it. employer of any person who is insured under this provision; or Paragraph (2) of this exclusion does not c. If other insurance of any kind is available apply if the premises are "your work" and to that person or organization for this were never occupied, rented or held for liability, unless such insurance was rental by you. written to apply specifically in excess of Paragraphs (3), (4), (5) and (6) of this this policy. exclusion do not apply to liability assumed II. BROADENED DAMAGE TO PREMISES RENTED under a sidetrack agreement. TO YOU COVERAGE Paragraph (6) of this exclusion does not The following provisions apply only if a Limit of apply to "property damage" included in the Insurance is shown in the Declarations for Damage "products -completed operations hazard". To Premises Rented To You. If no Limit of Insurance is shown in the Declarations for Damage To Premises Rented To You, or if Damage To Premises Rented To You is shown as excluded, the following provisions do not apply. CG D 09 08 0519 Includes copyrighted material of Insurance Services Office, Inc., with its permission Donegal Insurance Group 08/22/2022 06:16:59 Page 2 of 8 B. The last subparagraph under paragraph 2. (2) The loss of, loss of use of, Exclusions as found in COVERAGE A. damage to, corruption of, BODILY INJURY AND PROPERTY DAMAGE inability to access, inability to LIABILITY (SECTION I - COVERAGES) is transmit or receive, or deleted and replaced by the following: inability to manipulate Exclusions c. through e. and g. through n. do not "electronic data" that does apply to "property damage" to premises while not result from physical rented to you or temporarily occupied by you with injury to tangible property. permission of the owner. Exclusion f. does not This exclusion applies even if damages are apply to damage by fire to premises while rented claimed for notification costs, monitoring to you or temporarily occupied by you with expenses, forensic or investigation permission of the owner. A separate limit of expenses, public relations expenses or any insurance applies to this coverage as described other loss, cost or expense incurred by you in Section III - Limits Of Insurance and as or others arising out of that which is provided under the Broadened Damage To described in Paragraph (1) or (2) above. Premises Rented To You Coverage. B. The following paragraph is added to SECTION C. Subject to the Each Occurrence Limit Shown in III - LIMITS OF INSURANCE: the Declarations, the Limit of Insurance shown in Subject to 5. above, the Electronic Data Liability the Schedule above for Broadened Damage To Limit shown in the Schedule above is the most Premises Rented To You Coverage is the most we will pay under COVERAGE A for "property we will pay under Coverage A for damages damage" because of all loss of "electronic data" because of "property damage" to any one arising out of any one "occurrence". premises, while rented to you or temporarily C. With respect to the insurance provided by this occupied by you with permission of the owner. endorsement, the definition of "Property The Limit of Insurance for Broadened Damage Damage" in the Definitions Section is replaced To Premises Rented To You Coverage shown in by the following: the Schedule above is in addition to any Limit of Insurance shown in the Declarations for Damage 17. "Property damage" means: To Premises Rented To You. a. Physical injury to tangible property, III. ELECTRONIC DATA LIABILITY including all resulting loss of use of that A. Subparagraph p. Electronic Data under property. All such loss of use shall be paragraph 2. Exclusions as found in deemed to occur at the time of the COVERAGE A. BODILY INJURY AND physical injury that caused it; PROPERTY DAMAGE LIABILITY (SECTION I b. Loss of use of tangible property that is - COVERAGES) is deleted and replaced by the not physically injured. All such loss of following: use shall be deemed to occur at the time p. Access Or Disclosure Of Confidential Or of the "occurrence" that caused it; or Personal Information And Data -related c. Loss of, loss of use of, damage to, Liability corruption of, inability to access, or Damages arising out of: inability to properly manipulate "electronic data", resulting from physical 1 An access to, or disclosure or theft of, () y injury to tangible property. All such loss any person's or organization's of "electronic data" shall be deemed to confidential or personal information, occur at the time of the "occurrence" that including patents, trade secrets, caused it. processing methods, customer lists, financial information, an individual's "Property damage" does not include any name, social security number, driver's loss, cost or expense to correct any license number, state identification defective, faulty or incorrect work performed number, credit card information, debit by you or by any contractors or card information, account number, subcontractors working directly or indirectly account histories, passwords, health on your behalf. information, medical information, or any For the purposes of this insurance, other type of nonpublic information; or "electronic data" is not tangible property. CG D 09 08 0519 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Donegal Insurance Group Page 3 of 8 08/22/2022 06:16:59 D. With respect to the insurance provided by this endorsement, the following Definition is added to SECTION V - DEFINITIONS: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. IV. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B INCREASED LIMITS A. Subparagraph b. under paragraph 1. as found in SUPPLEMENTARY PAYMENTS - COVERAGES A AND B (SECTION I - COVERAGES) is deleted and replaced by the following: b. Up to the Limit of Insurance shown in the Schedule above for Supplementary Payments -Coverages A and B - Bail Bonds Increased Limit for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. B. Subparagraph d. under paragraph 1. as found in SUPPLEMENTARY PAYMENTS - COVERAGES A AND B (SECTION I - COVERAGES) is deleted and replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit". Expenses paid under this provision includes actual loss of earnings, up to the Limit of Insurance shown in the Schedule above for Supplementary Payments - Coverages A and B - Loss of Earnings Increased Limit, because of time off from work. V. BROAD FORM NAMED INSURED COVERAGE With respect to COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY and COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY, the following provision is added to paragraph 1. as found in SECTION II - WHO IS AN INSURED: f. An organization other than a partnership, joint venture or limited liability company, your legally incorporated subsidiaries are insureds if you own a financial interest of more than 50 percent of the voting stock on the effective date of this endorsement. However, coverage under this provision does not apply to "bodily injury", "property damage", or "personal and advertising injury" with respect to which an insured under this policy, including any endorsement attached to and made a part of this policy, is also an insured under another policy, or would be an insured under such policy but for its termination or the exhaustion of the applicable limits of insurance, unless such policy was written to apply specifically in excess of this policy. VI. INCIDENTAL MALPRACTICE LIABILITY - NURSE, EMT OR PARAMEDIC COVERAGE Paragraph 2.a.(1)(d) as found in SECTION II - WHO IS AN INSURED is deleted and replaced by the following: (d) Arising out of his or her providing or failing to provide professional health care services. This paragraph 2.a.(1)(d) does not apply to a nurse, emergency medical technician (EMT) or paramedic employed by you. VII. BROADENED NEWLY FORMED OR ACQUIRED ORGANIZATIONS COVERAGE Paragraph 3.a. as found in SECTION II - WHO IS AN INSURED is deleted and replaced by the following: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; VIII.BROADENED WHO IS AN INSURED The following is added to SECTION II - WHO IS AN INSURED: The following is an additional insured: A. 1. Any person or organization from whom you lease equipment when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an insured only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person or organization. A person's or organization's status as an insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. CGD 09 08 0519 Includes copyrighted material of Insurance Services Office, Inc.. with its permission. Donegal Insurance Group Page 4 of 8 08/22/2022 06:16:59 However, such person or organization is not an insured with respect to any "occurrence" which takes place after the equipment lease expires. Any person or organization (referred to below as vendor) with whom you agree in a written contract or agreement to provide insurance such as is afforded under this policy, but only with respect to "bodily injury" or "property damage" caused, in whole or in part, by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (a) The insurance afforded the vendor does not apply to: (1) 'Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change in the product made intentionally by the vendor; (4) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. (8) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i) The exceptions contained in Subparagraphs (4) or (6) above; or (ii) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (b) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Any person or organization but only with respect to their liability for "bodily injury" or "property damage" caused, in whole or in part, by your ongoing operations due to: (a) Their financial control of you; or (b) Premises they own, maintain or control while you lease or occupy these premises. However, the insurance afforded to such person or organization does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. 4. Any person or organization but only with respect to liability for "bodily injury" or "property damage" as co-owner of a Described Premises shown in the declarations. 5. Any person or organization but only with respect to liability for "bodily injury" or "property damage" as grantor of a franchise or license to you. CGD 09 08 0519 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8 Donegal Insurance Group 08/22/2022 06:16:59 6. Any person or organization but only with (b) The construction, erection, or respect to liability for "bodily injury" or removal of elevators; or "property damage" caused, in whole or in (c) The ownership, maintenance, part, by your ongoing operations on that part or use of any elevators of the land leased to you and shown in the covered by this insurance. Schedule. However, the insurance afforded to such person or organization does not B. The insurance afforded to such apply to: person or organization described in paragraph A. above only applies to the extent (a) Any "occurrence" which takes place permitted by law. after you cease to lease that land; C. The insurance afforded to such person or (b) Structural alterations, new construction organization described in paragraph A. above or demolition operations performed by will not be broader than: or for that person or organization. 1. The coverage you have agreed to provide in 7. Any person or organization but only with the written contract or agreement; or respect to liability for "bodily injury" or 2. The coverage provided by this "property damage" as a mortgagee, endorsement. assignee, or receiver and arising out of the D. A person's or organization's status as an ownership, maintenance, or use of a additional insured under this endorsement ends Described Premises shown in the when their contract or agreement with you ends. declarations. However, the insurance afforded to such person or organization does E. The insurance provided to such person or not apply to structural alterations, new organization described in paragraph A. above construction and demolition operations does not apply to bodily injury' or property performed by or for that person or damage occurring: organization. 1. Prior to the date the written contract or agreement was executed and in effect; 8. Any person or organization but only with 2. After your contract or agreement with such respect to liability for "bodily injury" or additional insured ends; or "property damage" caused, in whole or in 3. After the requirement in the written contract part, by your ongoing operations performed or agreement to add such person or in that part of the premises leased to you and organization as an additional insured on shown as a Described Premises in the your policy ends. declarations. However, the insurance F. The insurance afforded to any additional insured afforded to such person or organization does is excess over any other valid and collectible not apply to insurance, whether primary, excess, contingent (a) Any "occurrence" which takes place or on any other basis, unless you have agreed in after you cease to be a tenant in that a written contract or agreement for this premises. insurance to apply on either a: (b) Structural alterations, new construction 1. Primary and non-contributory basis; or or demolition operations performed by 2. Contributory basis. or for that person or organization. IX. MEDICAL EXPENSE INCREASED LIMIT 9. Any state or political subdivision, but only The following provision applies only if a Limit of with respect to liability for "bodily injury" or Insurance is shown in the Declarations for Medical "property damage". This insurance applies Expense. If no Limit of Insurance is shown in the only with respect to the following hazards for Declarations for Medical Expense, or if Medical which the state or political subdivision has Expense is shown as excluded, the following issued a permit in connection with premises provision does not apply. you own, rent, or control and to which this Subject to the Each Occurrence Limit Shown in the insurance applies: Declarations, the Limit of Insurance shown in the (a) The existence, maintenance, repair, Schedule above for Medical Expense Increased construction, erection, or removal of Limit is the most we will pay under Coverage C for advertising signs, awnings, canopies, all medical expenses because of "bodily injury" cellar entrances, coal holes, driveways, sustained by any one person. The Limit of Insurance manholes, marquees, hoistaway for Medical Expense Increased Limit shown in the openings, sidewalk vaults, street Schedule above is in addition to any Limit of banners, or decorations and similar Insurance shown in the Declarations for Medical exposures; or Expense. CGD 09 08 05 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 Donegal Insurance Group 08/22/2022 06:16:59 X. AMENDMENT OF GENERAL AGGREGATE LIMIT OF INSURANCE - PER PROJECT AND PER LOCATION A. With respect to COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY and COVERAGE C. MEDICAL PAYMENTS only, the following provision is added to SECTION III - LIMITS OF INSURANCE: The General Aggregate as described in paragraph 2. under SECTION III - LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you and separately to each of your "locations" owned by or rented to you. However: 1. This Amendment of General Aggregate Limit of Insurance - Per Project and Per Location provision does not apply if a single "occurrence" under Coverage A, or a single accident under Coverage C, can be attributed to multiple projects or 'locations". The General Aggregate Limit of Insurance shown in the Declarations will apply to the sum of all damages under Coverage A arising out of such 'occurrence" and all medical expenses under Coverage C arising out of such accident; 2. This Amendment of General Aggregate Limit of Insurance - Per Project and Per Location does not apply to damages under Coverage B. The General Aggregate Limit of Insurance shown in the Declarations continues to apply to the sum of all damages under Coverage B, regardless of the number of projects or 'locations"; B. With respect to the insurance provided by this endorsement, the following Definition is added to SECTION V - DEFINITIONS: "Locations" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. XI. KNOWLEDGE OF AN OCCURRENCE, OFFENSE, CLAIM OR SUIT Subparagraphs a. and b. under paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit as found in SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS are deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an 'occurrence" or an offense which may result in a claim. To the extent possible, notice should include: (1) How, when and where the 'occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the 'occurrence" or offense. This Condition only applies when the "occurrence", offense, claim or "suit" is known to you (if you are an individual), to a partner (if you are a partnership), a manager (if you are a limited liability company), or an officer or insurance manager of a corporation (if you are a corporation). Knowledge of an 'occurrence", offense, claim or "suit" by an agent, servant or "employee" of an insured (other than a partner, manager, officer, or insurance manager) does not imply knowledge by the insured unless the insured has received notice from the agent, servant or "employee". b. If a claim is made or "suit" is brought against any insured, you must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. Failure by an agent, servant or "employee" of an insured (other than a partner, manager, officer, or insurance manager) to notify us of an "occurrence", offense, claim or "suit" will not jeopardize your coverage. XII. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY The following is added to the paragraph 8. Transfer Of Rights Of Recovery Against Others To Us as found in SECTION IV - COMMERCIAL LIABILITY CONDITIONS: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of "your work" included in the "products -completed operations hazard" or your ongoing operations, subject to the following: a. You are required under a written contract to waive your rights to recover from that person or organization; and b. The written contract was executed and in effect before any injury or damage that would give rise to a claim under this Commercial General Liability Coverage Part. This waiver does not apply to any person who is an engineer or architect, or to any organization with respect to an engineer or architect employed by such organization, unless agreed to in writing by us. CGD 09 08 0519 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 8 Donegal Insurance Group 08/22/2022 06:16:59 XIII. UNINTENTIONAL FAILURE O DISCLOSE HAZARDS The following Condition is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: 10. Unintentional Failure To Disclose Hazards Any unintentional error or omission in the description of, or failure to completely describe, any premises or operations intended to be covered by this Coverage Part will not invalidate or affect coverage for those premises or operations. Such unintentional error or omission must be reported to us as soon as practicable after its discovery. This Condition does not affect our right to collect any additional premium associated with such unintentional error or omission or our right to cancel or non -renew this policy. XIV. CONTRACTUAL LIABILITY - RAILROADS Subparagraph f.(1) under the definition of "insured contract" as found in SECTION V - DEFINITIONS or as found in endorsement CG 24 26 AMENDMENT OF INSURED CONTRACT DEFINITION is deleted. XV. MOBILE EQUIPMENT REDEFINED Subparagraph f.(1) under the definition of "mobile equipment" as found in SECTION V - DEFINITIONS is deleted and replaced by the following: (1) Equipment with a gross vehicle weight of 1000 pounds or more and designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning. CGD 09 08 05 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 Donegal Insurance Group 08/22/2022 06:16:59 POLICY NUMBER: CP09529990 COMMERCIAL GENERAL LIABILITY CGD 20 33 05 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO IS AN INSURED is amended to include as an insured any person or organization whom you are required under a written contract or agreement to provide insurance such as is afforded under this policy, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations at the site or location designated in the written contract or agreement. However, 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. The insurance afforded to such additional insured will not be broader than: a. The coverage you have agreed to provide in the written contract or agreement; or b. The coverage provided by this endorsement. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: 1. This does not apply to "Bodily injury" or "property damage" occurring: a. Prior to the date the written contract or agreement was executed and in effect; b. After all work on the project (other than service, maintenance or repairs) to be performed at the site or location of the covered operations has been completed; or c. After 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 another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 2. "Property damage" to: a. Property owned, occupied or used by; b. Property rented to, in the care, custody, or control of, or over which physical control is being exercised for any purpose by; or c. "Your work" for, such person or organization. 3. "Bodily injury" or "property damage" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services for you, for such person or organization, or for others, including: a. The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs, drawings or specifications; and b. Supervisory, inspection, or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" involved the rendering of or the failure to render any professional services. 4. Any "bodily injury" or "property damage" for which valid and collectible insurance is available under an Owners and Contractors Protective Liability policy that you have purchased. C. With respect to the Insurance provided by this endorsement, the following is added to SECTION III - LIMITS OF INSURANCE: 8. The most we will pay under the insurance provided by this endorsement is: a. The applicable limit of insurance to which you have agreed in the written contract or agreement to provide; or b. The applicable Limit of Insurance shown in the Declarations, whichever is less. CGD 20 33 05 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Donegal Insurance Group Page 1 of 2 08/22/2022 06:16:59 D. With respect to the Insurance provided by this endorsement, Paragraph 4. Other Insurance as found under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced by the following: 4. Other Insurance This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, unless you have agreed in a written contract or agreement for this insurance to apply on either a: (1) Primary and non-contributory basis; or (2) Contributory basis. When this insurance is excess, we will have no duty under Coverage A 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 insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self -insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. CGD 20 33 0515 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 2 Donegal Insurance Group 08/22/2022 06:16:59 k -..extq,smutua0 WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. 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, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 8/22/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002097786 of Texas Mutual Insurance Company effective on 8/22/24 Issued to: ATLANTIC CONSTRUCTION GROUP LLC This is not a bill Authorized representative NCCI Carrier Code: 29939 8/12/24 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B k -..extq,smutua0 WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1. Number of days advance notice: 2. Notice will be mailed to: Schedule 30 PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 8/22/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002097786 of Texas Mutual Insurance Company effective on 8/22/24 Issued to: ATLANTIC CONSTRUCTION GROUP LLC This is not a bill NCCI Carrier Code: 29939 r I � Authorized representative PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 8/12/24 WC420601 t3ond#GX124K766 0062 13- 1 PERFCIRMANC F BOND Page 1 of 2 I SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we. Atlantic Construction Grout) LLC 8 known as "Principal" herein and Great Midwest Insurance Company a 9 corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, 10 known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer. 1 I Bower Homes LLC, authorized to do business in Texas ("Developer') and the City of Fort 12 Worth. a Texas municipal corporation ("City'), in the penal sum of. FOUR HUNDRED THIRTY 13 SEVEN THOUSAND NINE HUNDRED FIFTY FIVE DOLLARS AND FORTY CENTS 14 Dollars ($437.955.40), lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas for the payment of which sum well and truly to be made jointly unto the 16 Developer and the City as dual obligees, we bind ourselves. our heirs. executors. adin in istrators. 17 successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement. City Project No. 102692: and CFA Number 20-0081 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 291h day of May , 20'5 . which Contract is hereby referred to and made a 23 part Hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor Z4 and other accessories dctined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as City Project #102692 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work. including Change Orders, under the Contract. according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY Ol' FORT WORTH Easi Powel I Townhomo STANDARD CITY c(mix,CIONS -- i)FVT7.OPI:R AWARDED PROJECTS City Prq}ecO 102692 Revised January 31. 2012 01162 13 - 2 PI:RFORMANCF BONI) Page 2 01'' 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 5 6 7 8 9 10 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 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended. and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 29th day of May . 2R72,L_. ATTEST: (Principal) Secretary ess as to Principal Witness as to Surety PRINCIPAL: Atlantic Construction Group LLC B1'• Sig are Uzziel Montelonao - CEO Name and Title Address: 1617 Ronne Dr Irvine, TX 75060 SURETY: Great Midwest Insurance Company Iy. ignature Sheri R Allen. Attomey-in-Fact Name and Title Address: 800 Gessner Rd, Suite 600 Houston. TX 77024 Telephone Number:800-203-1179 Email Address: srallenuiacrisurexom *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 FUAT WORTH Bast PimelI Townhumes STANDARD CYn' CONDI'I10NS — DEVELOPER AWARDED PR011iC'TS C it} No3ert# W2692 Revused January 31, 21112 BondAiM2487hh l06214-1 PAYMENT BOND Page 1 or2 1 SECTION 00 62 14 2 PAYMENT ROND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: G COUNTY OF TARRANT § 7 That we. Atlantic Construction Grout/ LLC known as S "Principal" herein, and Great Midwest Insurance Company a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the 11 Developer, Bawer Homes LLC, authorized to do business in Texas "(Developer'), and the City 12 of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of FOUR HUNDRED 13 THIRTY SEVEN THOUSAND NINE HUNDRED FIFTY FIVE DOLLARS AND FORTY 14 CENTS Dollars ($ 437,955.40). lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas. for the payment of which sum well and truly be made jointly unto the 16 Developer and the City as dual obligees, we bind ourselves, our heirs. executors. administrators. 17 successors and assigns, jointly and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement. City Project No. 102692 and CFA Number 20-0081 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 29th day of May 242$ which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials. equipment_ labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as East Powell Townhomes, City Project 26 No 102692. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code. as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void, otherwise to remain in full 31 force and effect. CITY OF 1,t1R7- Mr( )R'1 E1 E:ast Powc11 Towabomes STANI3ARD CITY C ONDITEONS — DEVELOPER AWARDEI] PROJECTS City Project# 102692 Revised January 31. 2012 UUB214-2 PAYMENT BONI) Page 2 42 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 this instrument by duly authorized agents and officers on this the 29th day of b May 202-1 7 8 9 10 11 12 13 14 ATTEST: (Principal) Secretary W ' ss �toPripal ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: Atlantic Construction Group LLCp BY: 1w Signature' V Uzziel Montelonzo - CEG Name and Title Address: 1617 Ronne Dr Irving- Tat 76060 SURETY: Great Midwest Insurance Company BY: ---gignature Sheri R Allen. Attomev-in-Fact Name and Title Address; 800 Gessner Rd. Ste 800 Housto . TX 77024 Telephone Number: 800-203-1179 Email Address: srallen(aiacrisure.coln 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, bath must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CM' 01' YORT WORTH East Pmve11 Tu%,,Tlhumc.s STANDARD CITY CONDITIONS — t7fiVELOPI:R AWARDEI? PROJECTS City Piolccla I02692 Rev iced January 31, 2012 BondA i hT248766 0❑6219-1 MAiNTFNAN("F BOND Page i of 3 I SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS- 6 COUNTY OF TARRANT § 7 That we Atlantic Construction Grout) LLC known as 8 "Principal" herein and Great Midwest Insurance Company a corporate sureh, 9 (sureties. if more than one) duly authorized to do business in the State of Texas. known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer. Bower 1 1 Home LLC. authorized to do business in Texas ("Developer") and the City of Fort Worth, a 12 Texas municipal corporation ("City"). in the sum of FOUR HUNDRED THIRTY SEVEN 13 THOUSAND NINE HUNDRED FIFTY FIVE DOLLARS AND FORTY CENTS Dollars 14 ($437.955.40), lawful money of the United States, to be paid in Fort Worth, Tarrant County. 15 Texas, for payment of which sum well and truly be made jointly unto the Developer and the City 16 as dual obligees and their successors, we bind ourselves, our heirs, executors. administrators. 17 successors and assigns, jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, City Project No. 102692 and CFA Number 20-0081. 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 29th day of May , 20 25 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work. including any Work resulting from a duly authorized Change Order (collectively herein. 27 the "Work") as provided for in said Contract and designated as City Project No 102692. ng 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans. speCifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"): and 33 CITY OF FOR r wowm Eia!;t Po -+el l 'I'owrhomes STANDARIl i:171' CONDITIONS —I3E:V1 OPEiR AWARDED PROJECTS City Project No 102692 Revised fanusan 31. 2012 011 h2 19 -2 MAINTF.NANC T' BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City. to a 7 completion satisfactory to the City. then this obligation shall become null and void: other ise to S remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 1 I noticed defective Work, it is agreed that [he Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the SLirety under this Maintenance Bond; and 14 Is PROVIDED FURTHER. that if any legal action be filed on this Bond. venue shall lie in 16 Tarrant County. Texas or the United States District Court for the Northern District of Texas. Fort 17 Worth Division. and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 crry of rom, wowrn Foxi Powell Tn nhome. STANDARD (ITY C 1NDI-11 1NS — DEVt:l.[7PI-A AWARDED I'FiE.TJ1•O-S 0t►• Ptol"t No I02642 Reviwd Janv an 31. 2012 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 _'U 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 (R)6219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 29th day of May 2d25 PRINCIPAL: Atlantic Construction Group LLC BY: Sign ATTEST: _ Uxxiel Monteloneo - CEO (Principal) Secretary Name and Title Address: 1617 Ronne Dr Irvine. TX 75060 itness as to Principal SURETY: Great MidWest Insurance Company BV IL 5i-nature Sheri R Allen, Attorney -in -Fact ATTEST: Name and Title Address: 800 Gessner Rd. Ste 600 (Surety) Secretary Houston, TX 77024 Witness as to Surety Telephone Number:800-203-1179 Email Address: sral lenfa acri sure.com *Note: If signed by an officer of the Suretv 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 WORI-11 STANDARD Crry C ONDMONS — AEVFLOPER AWARDED PRf ]dF.CTS Revised January 31, 2�i12 East Powell I'ownhomes 0(% Ptoject No I02692 POWER OF ATTORNEY Great Midwest Insurance Company KNa1N ALL MEN BY THESE PRESENTS, that GREAT MIDWEST INSURANCE COMPANY, a Texas Corporation, with its principal office in Houston, TX. does hereby constitute and appoint. Bret Tomlinson, Sheri R. Allen, Peggy Hogan, Sherrel Breazeale its true and lawful Attorneys) -in -Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY, on the 1 S1 day of October, 2018 as follows: Resolved, that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company or other person or persons as Attorney -In -Fact to execute on behalf of the Company any bonds. undertakings. policies, contracts of indemnity or other writings obligatory in nature of a bond not to exceed Twenty -Five Million dollars {$25,000,000.00). which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney -In -Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney -In -Fact, so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power of Attorney. Resolved, that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certificate so executed and sealed shall. with respect to any bond of undertaking to which it is attached, continue to be valid and binding on the Company. IN WITNESS THEREOF. GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President, and its Corporate Seal to be affixed this 11th day of February, 2021, GREAT MIDWEST INSURANCE COMPANY BY N4,� V) .V4 Mark W. Haushill President ACKNOWLEDGEMENT On this 11th day of February, 2021, before me, personally came Mark W. Haushill to me known, who being duly sworn, did depose and say that he is the President of GREAT MIDWEST INSURANCE COMPANY. the corporation described in and which executed the above instrument; that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. %'`"i"'' CHRISTINA BISHOP Notary Public, State of Texas • � '� Comm. Explres Q4.14.2026 Notary IE3 131090488 CERTIFICATE BY J' i Christina Bishop Notary Public I, the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY, A Texas Insurance Company, DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy, is in full force and effect and has not been revoked and the resolutions as set forth are now in force. (Signed and Sealed at Houston, TX this 29th Day of May 20 25 BY Leslie K. Shaunty Secretary "WARNING: Any person who knowingly and with intent to defraud any insurance company or other person, files and application for insurance of claim containing any materially false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act, which is a crime and subjects such person to criminal and civil penalties. NOTICE TO POLICYHOLDERS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint You may call Great Midwest Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-203-1179 You may also write to Great Midwest Insurance Company at: 800 Gessner Rd Suite 600 Houston, TX 77024 You may contact the Texas department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www. tui. rexgL qov Email: ConsumerProtectionO-tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Para obtener informaci6n o para presenter una queja: Usted puede Ilamar al numero de telefono gratuito de Great Midwest Insurance Company's para obtener informaci6n o para presentar una queja al: 1-800-203-1179 Usted tambien puede escribir a Great Midwest Insurance Company: 800 Gessner Rd Suite 600 Houston, TX 77024 Usted puede comunicarse con el Departamento de Seguros de Texas para obtener informaci6n sobre companias. coberturas, derechos, o quejas ai 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax. t512j 490-1007 Web: vww.tdi.texas .raov Emaii: ConsumerProtection tdi.texas. gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamaci6n, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A su PaLIZA: Este aviso es solamente para prop6sito informativos y no se convierte en pane o en condici6n del documento adjunto. HIIG PN 0071 03 18 Page 1 of 1 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 ............................. 2.01 Before Starting Construction............ 2.02 Preconstruction Conference .............. 2.03 Public Meeting .................................. Article 3 - Contract Documents and Amending ............................ 3.01 Reference Standards .................................................. 3.02 Amending and Supplementing Contract Documents Article 4 - Bonds and Insurance.............................................................. 4.01 Licensed Sureties and Insurers ............................................ 4.02 Performance, Payment, and Maintenance Bonds ............... 4.03 Certificates of Insurance...................................................... 4.04 Contractor's Insurance......................................................... 4.05 Acceptance of Bonds and Insurance; Option to Replace.... Article 5 - Contractor's Responsibilities................................................................... 5.01 Supervision and Superintendent............................................................ 5.02 Labor; Working Hours........................................................................... 5.03 Services, Materials, and Equipment...................................................... 5.04 Project Schedule..................................................................................... 5.05 Substitutes and "Or-Equals".................................................................. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) 5.07 Concerning Subcontractors, Suppliers, and Others .............................. 5.08 Wage Rates............................................................................................. 5.09 Patent Fees and Royalties...................................................................... 5.10 Laws and Regulations............................................................................ 5.11 Use of Site and Other Areas.................................................................. 5.12 Record Documents................................................................................. 5.13 Safety and Protection............................................................................. 5.14 Safety Representative............................................................................ 5.15 Hazard Communication Programs........................................................ 5.16 Submittals............................................................................................... 5.17 Contractor's General Warranty and Guarantee ..................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 • '14 .................................... 6 .................................... 6 .................................... 6 .7 .7 .7 .7 .9 12 ..............12 ..............12 ..............13 ..............13 ..............14 ..............14 ..............16 ..............16 ..............18 ..............19 ..............19 ..............19 .............. 20 .............. 21 ..............21 .............. 22 .............. 22 .............. 23 East Powell Townhomes City Project No 102692 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 11- Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29 11.01 Notice of Defects........................................................................................................................ 29 11.02 Access to Work........................................................................................................................... 29 11.03 Tests and Inspections.................................................................................................................. 29 11.04 Uncovering Work....................................................................................................................... 30 11.05 City May Stop the Work.............................................................................................................30 11.06 Correction or Removal of Defective Work................................................................................ 30 11.07 Correction Period........................................................................................................................30 11.08 City May Correct Defective Work............................................................................................. 31 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 East Powell Townhomes STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No 102692 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 East Powell Townhomes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE I — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) --A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a. in. 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 East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits o£ 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 East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: b. Each Occurrence: : Enter limits provided by Railroad Company (If none, write none) Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No 102692 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 East Powell Townhomes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 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 East Powell Townhomes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ❑ Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth 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 East Powell Townhomes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 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 East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 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 East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, 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 East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. 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 East Powell Townhomes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH East Powell Townhomes STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No 102692 Revised: January 10, 2013 011100-1 SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 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 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. 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 011100-2 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 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] LI0 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected if a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE East Powell Avenue Improvements City Project# 102692 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 1� 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended _Received late By Date Remarks Date Rejected CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 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. 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. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 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 In. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised August 17, 2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 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] LI0 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised August 17, 2012 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Page 2 of 2 East Powell Avenue Improvements City Project# 102692 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Pagel of 8 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 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 '/z inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 013300-4 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 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 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 013300-6 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 City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 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) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I A.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 01 45 23 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 Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 9, 2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection 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 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 9, 2020 01 55 26 -1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 controlplans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2of3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing 4 project/site specific traffic controlplan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBNHTTALS [NOT USID] 36 A Submit all required documentation to City's Project Representative. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 22, 2021 1 2 3 4 5 6 7 K 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 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] 9 PART 3 - EXECUTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if 3/22/2021 M Owcn applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 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. f 11lc=451104 013;i 04041 *%1 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 01 57 13 - 2 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE East Powell Avenue Improvements City Project# 102692 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 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] CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 9, 2020 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 9, 2020 016600-1 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 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS East Powell Avenue Improvements RCity Project# 102692 Revised July 1, 2011 01 66 00 - 2 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS East Powell Avenue Improvements RCity Project# 102692 Revised July 1, 2011 016600-3 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS East Powell Avenue Improvements RCity Project# 102692 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS East Powell Avenue Improvements RCity Project# 102692 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Pagel of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 East Powell Avenue Improvements City Project# 102692 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 2. Remobilization for suspension of Work as specifically required in the Contract 36 Documents 37 a. Measurement 38 1) Measurement for this Item shall be per each remobilization performed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" will be paid for at the unit 42 price per each "Specified Remobilization" in accordance with Contract 43 Documents. 44 c. The price shall include: 45 1) Demobilization as described in Section 1.I.A.2.a.1) 46 2) Remobilization as described in Section I.1.A.2.a.2) CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement" will be paid for at the unit 16 price per each "Work Order Mobilization" in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" will be paid for at the unit 31 price per each "Work Order Emergency Mobilization" in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby, idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 9 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 19IM-1111:3107 1101r:\ IG" A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2018 01 7123 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3. LA. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 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 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 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep 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. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other 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. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE East Powell Avenue Improvements City Project# 102692 01 7719 -1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A- Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 22, 2021 01 7719 - 2 CLOSEOUT REQUIREMENTS Page 2of3 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 0178 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contractor present 15 b. Upon completion of this inspection, the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. The Right-of-way shallbe cleared of all construction materials, barricades, and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice, the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limited to: 29 a. Specified spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 01 7719 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 R&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 CHANCE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 East Powell Avenue Improvements City Project# 102692 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY 017839-1 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise 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. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised July 1, 2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE East Powell Avenue Improvements City Project# 102692 1 2 3 PART 1 - 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 M 6 7 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 024113-2 SELECTIVE SITE DEMOLITION Page 2of5 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes ramp landing removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove 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; backiilling 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 East Powell Avenue Improvements City Project# 102692 02 41 13 - 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 3.4.K 32 B. Remove Steps 33 1. Remove step to nearest existing dummy, expansion or construction joint. 34 2. Saw cut when removing to nearest joint is not practical. See 3.4.K 35 C. Remove ADA Ramp CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 024113-4 SELECTIVE SITE DEMOLITION Page 4of5 1 1. Sawcut existing curb and gutter and pavement prior to wheelchair 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 3.4.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 REINSTALLATION [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 Revision Log DATE NAME SUMMARYOF CHANGE 29 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 andReplace Mailbox and Relocate Mailbox and Remove Detectable Warning Surface CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 0241 14 - 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 in. 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project# 102692 0241 14 - 2 UTILITY REMOVAUABANDONMENT Page 2 of 16 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Manhole" for: CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 0241 14 - 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 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 0241 14 - 4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 0241 14 - 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 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 0241 14 - 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 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 0241 14 - 7 UTILITY REMOVAL/ABANDONMENT Page 7 of 16 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 0241 14 - 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 0241 14 - 9 UTILITY REMOVAL/ABANDONMENT Page 9 of 16 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 8. Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- 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] 171RIBM a1:411100111111111PIM 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 0241 14 - 15 UTILITY REMOVAUABANDONMENT 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 2, 2016 0241 15 - 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 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] CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 2, 2016 0241 15 - 3 PAVING REMOVAL Page 3 of 6 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USEDI 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 3A.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 2, 2016 0241 15 - 4 PAVING REMOVAL Page 4 of 6 D. Remove Concrete Curb and Gutter 1. Sawcut: See 3A.B. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3A.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. £ Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 2, 2016 0241 15 - 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 2, 2016 0241 15 - 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] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — modified payment requirements on utility projects 2/2/2016 F. Griffin 1.2.A.2.b. — Removed duplicate last sentence. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 East Powell Avenue Improvements City Project# 102692 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 03 30 00 -1 CAST -IN -PLACE CONCRETE Page I 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 RF,FF,RF,NCES 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 25 1 5) Silica fume 2 b. Subject to compliance with the requirements of this specification 3 B. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification, unless a date is specifically cited. 7 2. American Association of State Highway and Transportation (AASHTO): 8 a. M182, Burlap Cloth Made from Jute or Kenaf. 9 3. American Concrete Institute (ACI): 10 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 11 b. ACI 301 Specifications for Structural Concrete 12 c. ACI 305.1 Specification for Hot Weather Concreting 13 d. ACI 306.1 Standard Specification for Cold Weather Concreting 14 e. ACI 308.1 Standard Specification for Curing Concrete 15 f. ACI 318 Building Code Requirements for Structural Concrete 16 g. ACI 347 Guide to Formwork for Concrete 17 4. American Institute of Steel Construction (AISC): 18 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 19 5. ASTM International (ASTM): 20 a. A36, Standard Specification for Carbon Structural Steel. 21 b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 22 Hardware. 23 c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting 24 Materials for High -Temperature Service and Other Special Purpose 25 Applications. 26 d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 29 Concrete Reinforcement. 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready -Mixed Concrete. 38 k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 40 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 41 in. C171, Standard Specification for Sheet Materials for Curing Concrete. 42 n. C150, Standard Specification for Portland Cement. 43 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 44 p. C219, Standard Terminology Relating to Hydraulic Cement. 45 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 46 Pressure Method. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 CoalFly 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. C1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. z. C1059, 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. C1240, 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. DI 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 c over 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. 1/4-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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 03 30 00 - 6 CAST -IN -PLACE CONCRETE Page 6 of 25 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt I1, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 East Powell Avenue Improvements City Project# 102692 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 - 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 specked. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement, Portland -Limestone Cement a) ASTM C 150, Type I/II, gray b) ASTM C595, Type IL cement c) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 East Powell Avenue Improvements City Project# 102692 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 C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AHCuring Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 East Powell Avenue Improvements City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 03 30 00 -10 CAST -IN -PLACE CONCRETE Page 10 of 25 1 1) Product of underlayment manufacturer recommended for substrate, condi- 2 tions, and application 3 d. Aggregate 4 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 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 5-1 and 5-2. 33 2) Based on laboratory trial mixtures 34 a) Proportions shallbe 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 f c 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 c ent 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 - II c ent 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 willhave 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 psiat 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 inappropriate 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 B, 1/4 inch for smooth -formed finished surfaces. 47 b. Class C, 1/2 inch for rough -formed finished surfaces. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 forinclined 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 maybe 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 RISC 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 03 30 00 -15 CAST -IN -PLACE CONCRETE 0 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 East Powell Avenue Improvements City Project# 102692 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 D1.4, 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: f3/8 inch 31 2) Members more than 8 inches deep: f 1/2 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 toleranc e for c over shall not exc eed 1 /3 of the spec ified c over. 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 abonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowelbars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 forma continuous diaphragm. Installin 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 1. 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces, including floors and slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water -fog spray 14 3) Absorptive cover, water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 c overs 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 cannotbe 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 allo. 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 03 30 00 - 21 CAST -IN -PLACE CONCRETE 2 3 4 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 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. Fillform-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 exceptwithout coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 East Powell Avenue Improvements City Project# 102692 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 1 3.6 R&INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 22 each composite sample, but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive -Strength Tests: ASTM C39; 32 a. Test I cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field -cured cylinders is less than 85 percent of companion 36 laboratory -cured cylinders, evaluate operations and provide corrective procedures 37 for protecting and curing in -place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive -strength tests equals or exceeds specified compressive 40 strength and no compressive -strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 2 within 48 hours of testing. Reports of compressive -strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7- and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure, as 14 indicated by cylinder tests, falls below the specified requirements, provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACI 301, Chapter 17. Locations of core tests shallbe 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of f 1/4 inch in 10 feet, not to exceed 3/4 39 inches total variation, anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shallbe 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 El 155. 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 by ASTM E1155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values (FL) do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface, with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab -on -Grade Construction: f 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: f 3/4 inch 30 3) Top surfaces of all other slabs: f 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 CHANCE 2.2.0.3 — Removed Blue Te3d/Added Descriptions forwater-soluble, chloride -ion content 3A.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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 0334 13- 1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following: 7 a. Flowable backfill 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 03 30 00 - Cast -in -Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 B. ASTM International (ASTM): 28 1. C33 - Standard Specification for Concrete Aggregates. 29 2. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 30 Specimens. 31 3. C138/C138M-Test Method for Density (Unit Weight), Yield, and Air Content 32 (Gravimetric) of Concrete. 33 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 34 5. C I 73/C 1 73M-Test Method for Air Content of Freshly Mixed Concrete by 35 Volumetric Method 36 6. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 37 Pressure Method. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 7, 2025 033413-2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 1 7. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 2 8. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 3 Pozzolan for Use in Concrete. 4 9. ASTM C1611/C1611M Standard Test Method for Slump Flow of Self- 5 Consolidating Concrete 6 10. D4832-Test Method for Preparation and Testing of Controlled Low Strength 7 Material (CLSM) Test Cylinders. 8 11. D5971/D971M-Practice for Sampling Freshly Mixed Controlled Low -Strength 9 Material. 10 12. D6023-16 Standard Test Method for Density (Unit Weight), Yield, Cement 11 Content, and Air Content (Gravimetric) of Controlled Low -Strength Material 12 (CLSM) 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Provide submittals in accordance with Section 0133 00. 16 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 17 specials. 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 A. Product data 20 B. Sieve analysis 21 1. Submit sieve analyses of fine and coarse aggregates being used. 22 a. Resubmit at any time there is a significant change in grading of materials. 23 2. Mix 24 a. Submit full details, including mix design calculations for mix proposed for use. 25 C. Trial batch test data 26 1. Submit data for each test cylinder. 27 2. Submit data that identifies mix and slump flow for each test cylinder. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 7, 2025 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] I 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 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali Portland Cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 10.0 percent or greater than 30.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 7, 2025 East Powell Avenue Improvements City Project# 102692 033413-4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 1 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL 4 A. Trial batch 5 1. After mix design has been accepted by City, have trial batch of the accepted mix 6 design prepared by testing laboratory acceptable to City. 7 2. Prepare trial batches using specified cementitious materials and aggregates 8 proposed to be used for the Work. 9 3. Prepare trial batch with sufficient quantity to determine slump flow, workability, 10 consistency, and to provide sufficient test cylinders. 11 B. Test cylinders: 12 a. Prepare test cylinders in accordance with ASTM D4832 13 2. Place test cylinders in a moist curing room. Exercise caution in moving and 14 transporting the cylinders since they are fragile and will withstand only minimal 15 bumping, banging, or jolting without damage. 16 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 17 tested. 18 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 19 a. Perform the capping carefully to prevent premature fractures. 20 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 21 than the test cylinders. 22 c. Do not perform initial compression test until the cylinders reach a minimum 23 age of 4 days. 24 C. Compression test 8 test cylinders: Test 4 test cylinders at 4 days and 4 at 28 days in 25 accordance with ASTM D4832. 26 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 27 or greater than the minimum required compression strength, but not exceed 28 maximum compression strength. 29 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 30 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 31 acceptable trial batch is produced that meets the Specifications. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 7, 2025 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 1 1. All the trial batches and acceptability of materials shall be paid by the 2 CONTRACTOR. 3 2. After acceptance, do not change the mix design without submitting a new mix 4 design, trial batches, and test information. 5 E. Determine slump flow in accordance with ASTM C1611/C1611M 6 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. Place CLSM by any method which preserves the quality of the material in terms of 13 compressive strength and density: 14 1. Limit lift heights of CLSM placed against structures and other facilities that could 15 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 16 height indicated on the Drawings. Do not place another lift of CLSM until the last 17 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 18 weight of the next lift of CLSM. 19 2. The basic requirement for placement equipment and placement methods is the 20 maintenance of its fluid properties. 21 3. Transport and place material so that it flows easily around, beneath, or through 22 walls, pipes, conduits, or other structures. 23 4. Use a slump flow of the placed material greater than 9 inches, and sufficient to 24 allow the material to flow freely during placement: 25 a. After trial batch testing and acceptance, maintain the slump within f 1 inch 26 during construction at all times. 27 5. Use a slump flow, consistency, workability, flow characteristics, and pumpability 28 (where required) such that when placed, the material is self -compacting, 29 self-densifying, and has sufficient plasticity that compaction or mechanical 30 vibration is not required. 31 6. When using as embedment for pipe take appropriate measures to ensure line and 32 grade of pipe. 33 3.5 REPAIR [NOT USED] 34 3.6 RE -INSTALLATION [NOT USED] 35 3.7 FIELD QUALITY CONTROL 36 A. General 37 1. Make provisions for and furnish all material for the test specimens, and provide 38 manual assistance to assist the Engineer /City in preparing said specimens. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 7, 2025 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1 2. Be responsible for the care of and providing curing condition for the test specimens. 2 B. Tests by the City/ Testing Lab 3 1. During the progress of construction, the City will have tests made to determine 4 whether the CLSM, as being produced, complies with the requirements specified 5 hereinbefore. Test cylinders will be made and test reports will be uploaded into the 6 City's construction website portal. The testing expense will be borne by the City. 7 2. Test cylinders 8 a. Prepare test cylinders in accordance with ASTM D4832 9 b. Place the cylinders in a safe location away from the construction activities. 10 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 11 sprinkle water directly on the cylinders. 12 c. After 2 days, place the cylinders in a protective container for transport to the 13 laboratory for testing. The concrete test cylinders are fragile and shall be 14 handled carefully. The container may be a box with a Styrofoam or similar 15 lining that will limit the jarring and bumping of the cylinders. 16 d. Place test cylinders in a moist curing room. Exercise caution in moving and 17 transporting the cylinders since they are fragile and will withstand only 18 minimal bumping, banging, or jolting without damage. 19 e. Do not remove the test cylinder from mold until the cylinder is to be capped 20 and tested. 21 f. The test cylinders may be capped with standard sulfur compound or neoprene 22 pads: 23 1) Perform the capping carefully to prevent premature fractures. 24 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 25 diameter than the test cylinders. 26 3) Do not perform initial compression test until the cylinders reach a 27 minimum age of 3 days. 28 3. The number of cylinder specimens taken each day shall be determined by the 29 Inspector. 30 a. Test 1 cylinder at 4 days and 2 at 28 days in accordance with D4832. 31 b. The average compression strength of the cylinders tested at 28 days shall be 32 equal to or greater than the minimum required compression strength, but not 33 exceed maximum compression strength. 34 4. The City/ Testing Lab will test the yield and air content of the CLSM. Test will be 35 made immediately after discharge from the mixer in accordance with ASTM 36 D6O23-16. 37 5. Test the slump flow of CLSM using a slump cone in accordance with 38 ASTM C1611/C16l lM 39 6. If compressive strength of test cylinders does not meet requirements, make 40 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 7, 2025 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.3 B Update references 2.2 B. 1. A. Revised range for air content to match TxDOT allowable range 03/07/25 M Owen 2.4 A. Revised to "accepted by" City 2.4 B. 4. C. and C. — Revised from 3 to 4 days to match ASTM requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 7, 2025 East Powell Avenue Improvements City Project# 102692 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. II1c=;7 0I 01 D1;7 0112[o1 V A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concrete backfill work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C 172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards or fraction thereof. 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 6. Compressive -Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 03 80 00 - 1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Modifications to existing concrete structures, including: a. Manholes b. Junction boxes c. Vaults d. Retaining walls e. Wing and head walls f. Culverts 2. This section does not include modifications to Reinforced Concrete Pipe. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. b. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. c. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Sheer. d. D570, Standard Test Method for Water Absorption of Plastics. e. D638, Standard Test Method for Tensile Properties of Plastics. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 03 80 00 - 2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. h. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made to 1 of the above standards, the revision in effect at the time of bid opening applies. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] fl IM-11" 3U'MYWII:\16" A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit manufacturer's Product Data on all product brands proposed for use to the Engineer for review. 2. Include the manufacturer's installation and/or application instructions. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. When removing materials or portions of existing structures and when making openings in existing structures, take precautions and all erect all necessary barriers, shoring and bracing, and other protective devices to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to prevent damage to the structures or contents by falling or flying debris. B. Core sanitary sewer manhole penetrations. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products 1) Subject to compliance with requirements, products that maybe incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers 1) Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Materials 1. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed. D. Epoxy Bonding Agent 1. A 2-component, solvent -free, asbestos -free, moisture -insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Strength (ASTM D695) 1) 8,500 psi minimum at 28 days b. Tensile Strength (ASTM D638) 1) 4,000 psi minimum at 14 days c. Flexural Strength (ASTM D790 - Modulus of Rupture) 1) 6,300 psi minimum at 14 days d. Shear Strength (ASTM D732) 1) 5,000 psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1) 1 percent maximum at 14 days f. Bond Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste 1. A 2-component, solvent -free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all -threads into hardened concrete and complying with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days £ Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure g. Color: Concrete grey h. Available Manufacturers 1) Overhead Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod LV b) BASF - Concresive 1438 2) All Other Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi -mod LV 31 b) BASF - Concresive 1401 F. Repair Mortars 1. Provide an asbestos free, moisture insensitive, polymer -modified, Portland cement - based cementitious trowel grade mortar for repairs on horizontal or vertical surfaces. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 2) BASF — Emaco Nanocrete R3 G. Pipe Penetration Sealants 1 component polyurethane, extrudable swelling bentonite-free waterstop that is chemically resistant, not soluble in water and capable of withstanding wet/dry cycling. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey — SikaSwell S-2 2) Approved equal 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. Comply with other requirements of this of Section and as shown on the Drawings. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 03 80 00 - 5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 2. Store, mix, and apply all commercial products specified in this Section in strict compliance with the manufacturer's recommendations. 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion joint or control joint to preserve the isolation between components on either side of the joint. 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if rebar is encountered and relocate the hole to avoid rebar as approved by the Engineer. Do not cut rebar without prior approval by the Engineer. B. Concrete Removal 1. Remove concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, by chipping, jack -hammering, or saw -cutting as appropriate in areas where concrete is to be taken out. Do not jackhammer sanitary sewer manhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, apply a coating or surface treatment of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 3. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, provide a 1-inch deep saw cut on each exposed surface of the existing concrete at the edge of concrete removal. 4. Repair concrete specified to be left in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may from time to time direct additional repairs to existing concrete. Make these repairs as specified or by such other methods as may be appropriate. C. Connection Surface Preparation 1. Prepare connection surfaces as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's final inspection. 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during the demolition operation. 4. Clean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch minimum cover all around. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 03 80 00 - 6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 5. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. a. Method A 1) After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. b. Method B 1) After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. 2) Comply strictly with the manufacturer's recommendations for the field preparation and application of the epoxy bonding agent. 3) Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. c. Method C 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. First fill the drilled hole with epoxy paste, then butter the dowels/bolts with paste then insert by tapping. 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 4) If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. d. Method D 1) Combination of Method B and C. 3.4 INSTALLATION [NOT USED] 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 11iel IZI] OLI X4011130 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 03 80 00 - 7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 31 10 00 -1 SITE CLEARING Page 1 of 6 1 SECTION 31 10 00 2 SITE CLEARING 3 PART 1 - 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 shallbe 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 shallbe per each. 40 2) Measurement of diameter for tree removal shall be at standard "Diameter at 41 Breast Height' or DBK where Breast Height shall be 54" above grade. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 2of6 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 shallbe 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 shallbe per each as designated on Construction Drawings for protection b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Protection" for: a) Various caliper ranges c. The price bid shall include: 1) Protection of tree utilizing measures designated on Construction Drawings 2) Installation of work of barriers as designated on Construction Drawings 3) Maintenance of protection measures throughout construction completed 4) Replanting tree into original or designated location 5) Excavation 6) Fertilization 7) Mulching 8) Clean-up including removal on constriction completion of protection measures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 East Powell Avenue Improvements City Project# 102692 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 City of Fort Worth (fortworthtexas.gov). 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.gov). 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 22, 2021 31 1000 -4 SITE CLEARING Page 4of6 1 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 2 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 3 saved. 4 3.4 INSTALLATION 5 A. Protection of Trees 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foothigh 121/2 gauge stock fencing or orange plastic snow fence shallbe attached to the T-posts to form the enclosure. 4. For city -owned trees, PARD-Forestry permission required to install protective fencing inside of canopy dripline (Critical Root Zone). 5. Additional trunk protection (cladding) is required when protective fencing is approved within the Critical Root Zone. 6. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 7. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 30 minutes of making a pruning cut or otherwise causing damage to the tree. 8. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing 1. Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 in. 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 REINSTALLATION [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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 22, 2021 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 5 6 31 1000 -6 SITE CLEARING Page 6 of 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City's website address 3/22/2021 M Owen 1.2 Clarified measurement and payment. 1.4. Clarified administrative requirements. 3.4 Clarified additional installation requirements for tree protection and disposal. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 22, 2021 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 4 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 3. Section 3123 23 — Borrow 20 4. Section 3124 00 — Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Excavation by Plan Quantity 24 a. Measurement 25 1) Measurement for this Item shall be by the cubic yard in its final position 26 using the average end area method. Limits of measurement are shown on 27 the Drawings. 28 2) When measured by the cubic yard in its final position, this is a plans 29 quantity measurement Item. The quantity to be paid is the quantity shown 30 in the proposal, unless modified by Article 11.04 of the General 31 Conditions. Additional measurements or calculations will be made if 32 adjustments of quantities are required. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under "Measurement" will be paid for at the unit 36 price bid per cubic yard of "Unclassified Excavation by Plan". No 37 additional compensation will be allowed for rock or shrinkage/swell 38 factors, as these are the Contractor's responsibility. 39 c. The price bid shall include: 40 1) Excavation 41 2) Excavation Safety 42 3) Drying CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 28, 2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 4 1 4) Dust Control 2 5) Reworking or replacing the over excavated material in rock cuts 3 6) Hauling 4 7) Disposal of excess material not used elsewhere onsite 5 8) Scarification 6 9) Clean-up 7 1.3 REFERENCES [NOT USED] 8 A. Definitions 9 1. Unclassified Excavation — Without regard to materials, all excavations shall be 10 considered unclassified and shall include all materials excavated. Any reference to 11 Rock or other materials on the Drawings or in the specifications is solely for the 12 City and the Contractor's information and is not to be taken as a classification of 13 the excavation. 14 1.4 ADMINSTRATIVE REQUIREMENTS 15 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 16 01. 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Excavation Safety 23 1. The Contractor shall be solely responsible for making all excavations in a safe 24 manner. 25 2. All excavation and related sheeting and bracing shall comply with the requirements 26 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 27 1.10 DELIVERY, STORAGE, AND HANDLING 28 A. Storage 29 1. Within Existing Rights -of -Way (ROW) 30 a. Soil may be stored within existing ROW, easements or temporary construction 31 easements, unless specifically disallowed in the Contract Documents. 32 b. Do not block drainage ways, inlets or driveways. 33 c. Provide erosion control in accordance with Section 3125 00. 34 d. When the Work is performed in active traffic areas, store materials only in 35 areas barricaded as provided in the traffic control plans. 36 e. In non -paved areas, do not store material on the root zone of any trees or in 37 landscaped areas. 38 2. Designated Storage Areas 39 a. If the Contract Documents do not allow the storage of spoils within the ROW, 40 easement or temporary construction easement, then secure and maintain an 41 adequate storage location. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 28, 2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 1.11 FIELD 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 [NOT USED] 14 2.1 OWNER -FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In -situ soils classified as NIL, MH, PT, OL or OH in accordance with ASTM 19 D2487 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 CONSTRUCTION 25 A. Accept ownership of unsuitable or excess material and dispose of material off -site 26 accordance with local, state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 28 during construction with eh exception of water that is applied for dust control. 29 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 30 properly dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 32 proposed or existing structures. 33 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 34 City. 35 F. Shape slopes to avoid loosening material below or outside the proposed grades. 36 Remove and dispose of slides as directed. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 28, 2013 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 4 1 G. Rock Cuts 2 1. Excavate to finish grades. 3 2. In the event of over excavation due to contractor error below the lines and grades 4 established in the Drawings, use approved embankment material compacted in 5 accordance with Section 3124 00 to replace the over excavated at no additional 6 cost to City. 7 H. Earth Cuts 8 1. Excavate to finish subgrade 9 2. In the event of over excavation due to contractor error below the lines and grades 10 established in the Drawings, use approved embankment material compacted in 11 accordance with Section 3124 00 to replace the over excavated at no additional 12 cost to City. 13 3. Manipulate and compact subgrade in accordance with Section 3124 00. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Subgrade Tolerances 18 1. Excavate to within 0.1 foot in all directions. 19 2. In areas of over excavation, Contractor provides fill material approved by the City 20 at no expense to the City. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 28, 2013 312323-1 BORROW Page 1 of 5 1 SECTION 3123 23 2 BORROW 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 3. Section 3123 16 — Unclassified Excavation 13 4. Section 3124 00 — Embankments 14 1.2 PRICE AND PAYMENT PROCEDURES 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 A. Measurement and Payment 1. Borrow by Plan Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of measurement are shown on the Drawings. 2) When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of `Borrow by Plan" for the various borrow materials. No additional compensation will be allowed for rock or shrinkage/swell factors, as these are the Contractor's responsibility. c. The price bid shall include: 1) Transporting or hauling material 2) Furnishing, placing, compacting and fmishing Borrow 3) Construction Water 4) Dust Control 5) Clean-up 6) Proof Rolling 7) Disposal of excess or waste material 8) Reworking or replacement of undercut material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 East Powell Avenue Improvements City Project# 102692 312323-2 BORROW Page 2 of 5 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 Standards 7 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 8 Purposes (Unified Soil Classification System) 9 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 10 Plasticity Index of Soils 11 c. ASTM D6913, Standard Test Methods for Particle -Size Distribution 12 (Gradation) of Soils Using Sieve Analysis 13 d. ASTM D698, Standard Test Methods for Laboratory Compaction 14 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 0133 00. 18 B. All submittals shall be approved by the City prior to construction. 19 C. Submit laboratory tests reports for each soil borrow source used to supply general 20 borrow and select fill materials. 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Shop Drawings 23 1. Stockpiled Borrow material 24 a. Provide a description of the storage of the delivered Borrow material only if the 25 Contract Documents do not allow storage of materials in the right-of-way of the 26 easement. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Borrow material shall be tested prior to delivery to the Site. 31 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 32 from each source. 33 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 34 D6913 and ASTM D4318-10 respectively. 35 1.10 DELIVERY, STORAGE, AND HANDLING 36 A. Delivery 37 1. Coordinate all deliveries and haul -off. 38 B. Storage 39 1. Within Existing Rights -of -Way (ROW) CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 28, 2013 312323-3 BORROW Page 3 of 5 1 a. Borrow materials may be stored within existing ROW, easements or temporary 2 construction easements, unless specifically disallowed in the Contract 3 Documents. 4 b. Do not block drainage ways, inlets or driveways. 5 c. Provide erosion control in accordance with Section 3125 00. 6 d. Store materials only in areas barricaded as provided in the traffic control plans. 7 e. In non -paved areas, do not store material on the root zone of any trees or in 8 landscaped areas. 9 2. Designated Storage Areas 10 a. If the Contract Documents do not allow the storage of Borrow materials within 11 the ROW, easement or temporary construction easement, then secure and 12 maintain an adequate storage location. 13 b. Provide an affidavit that rights have been secured to store the materials on 14 private property. 15 c. Provide erosion control in accordance with Section 3125 00. 16 d. Do not block drainage ways. 17 e. Only materials used for 1 working day will be allowed to be stored in the work 18 zone. 19 1.11 FIELD CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [NOT USED] 23 2.2 PRODUCT TYPES AND MATERIALS 24 A. Borrow 25 1. Additional soil beneath pavements, roadways, foundations and other structures 26 required to achieve the elevations shown on the Drawings. 27 2. Acceptable Fill Material 28 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 29 ASTM D2487 30 b. Free from deleterious materials, boulders over 6 inches in size and organics 31 c. Can be placed free from voids 32 d. Must have 20 percent passing the number 200 sieve 33 3. Blended Fill Material 34 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 35 b. Blended with in -situ or imported Acceptable Fill material to meet the 36 requirements of an Acceptable Fill Material 37 c. Free from deleterious materials, boulders over 6 inches in size and organics 38 d. Must have 20 percent passing the number 200 sieve 39 4. Select Fill 40 a. Classified as SC or CL in accordance with ASTM D2487 41 b. Liquid limit less than 35 42 c. Plasticity index between 8 and 20 43 5. Cement Stabilized Sand (CSS) CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 28, 2013 312323-4 BORROW Page 4 of 5 1 a. Sand or silty sand 2 b. Free of clay or plastic material 3 c. Minimum of 4 percent cement content of Type I/II portland cement 4 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 5 D1633, Method A 6 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 7 D1633, Method A 8 £ Mix in a stationary pug mill, weigh -batch or continuous mixing plant 9 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 10 2.4 ACCESSORIES [NOT USED] 11 2.5 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. All Borrow placement shall be performed in accordance to Section 3124 00. 18 3.5 REPAIR [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Field quality control will be performed in accordance to Section 3124 00. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 28, 2013 312323-5 BORROW Page 5 of 5 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 28, 2013 31 25 00 -1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART 1 - 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 31 25 00 - 2 EROSION AND SEDIMENT CONTROL Page 2of9 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 SUBMITTALSANFORMATIONAL 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 3 1/4 inches 14 2) Minimum 0.0866 inch steel wire for netting 15 3) Minimum 0.1063 inch steel wire for selvages and corners 16 4) Minimum 0.0866 inch for binding or tie wire 17 B. Geotextile Fabric 18 1. Place the aggregate over geotextile fabric meeting the following criteria: 19 a. Tensile Strength of 250 pounds, per ASTM D4632 20 b. Puncture Strength of 135 pounds, per ASTM D4833 21 c. Mullen Burst Rate of 420 psi, per ASTM D3786 22 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 23 C. Stabilized Construction Entrances 24 1. Provide materials that meet the details shown on the Drawings and this Section. 25 a. Provide crushed aggregate for long and short-term construction exits. 26 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 27 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 28 and injurious matter. 29 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 30 d. The aggregate shall be placed over a geotextile fabric meeting the following 31 criteria: 32 1) Tensile Strength of 300 pounds, per ASTM D4632 33 2) Puncture Strength of 120 pounds, per ASTM D4833 34 3) Mullen Burst Rate of 600 psi, per ASTM D3786 35 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 36 D. Embankment for Erosion Control 37 1. Provide rock, loam, clay, topsoil or other earth materials that will forma stable 38 embankment to meet the intended use. 39 E. Sandbags 40 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 41 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 42 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 43 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 44 1 to fill sandbags. 45 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 46 inches thick. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 31 25 00 - 4 EROSION AND SEDIMENT CONTROL Page 4of9 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 TXR15OOOO. 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 0 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 31 25 00 - 7 EROSION AND SEDIMENT CONTROL Page 7 of 9 Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 2) Remove sediment from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K Temporary Sediment -Control Fence 1. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed by the Engineer or City representative. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand -tamp. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 East Powell Avenue Improvements City Project# 102692 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 maybe 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 REINSTALLATION [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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 15 16 END OF SECTION 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", and3.11 C. Added language to clarify responsibility to remove t emp orary protection device and emphasize clearing of ROW CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 SECTION 3137 00 RIPRAP PART1- GENERAL 1.1 SUMMARY A. Section Includes: 313700-1 RIPRAP Page 1 of 10 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the face square yard to the depth specified of material complete in place. Volume will be computed on the basis of the measured area and type, verified by field measurements. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of "Riprap" installed for: 1) Various types 2) Various thicknesses 3) Various void -filling techniques 3. The price bid shall include: a. Furnishing, hauling, and placing riprap b. Filter fabric c. Expansion joint material d. Concrete and reinforcing steel e. Excavation of toe wall trenches, as applicable £ Excavation below natural ground or bottom of excavated channel, as applicable g. Shaping of slopes, as applicable h. Bedding i. Grout and mortar j. Scales k. Test weights 1. Clean-up 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 313700-2 RIPRAP Page 2 of 10 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates b. ASTM D7370-09, Standard Test Method for Determination of Relative Density and Absorption of Fine, Coarse, and Blended Aggregate Using Combined Vacuum Saturation and Rapid Submersion c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of Geotextiles £ ASTM D751-06, Standard Test Methods for Coated Fabrics g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening Size of a Geotextile h. ASTM D4491-99a, Standard Test Methods for Water Permeability of Geotextiles by Permittivity 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Concrete Riprap 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to Section 03 30 00, unless otherwise shown on the Drawings. B. Stone Riprap 1. Unless otherwise shown on the Drawings, use durable natural stone with a minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 313700-3 RIPRAP Page 3 of 10 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 3125 00. For slab riprap, provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Riprap Gradation Requirements Thickness Maximum Size 90 percent Size' 50& Size' 8 percent Size, (lb.) (lb.) (lb.) Minimum (lb.) 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 3Oin. 2,600 1,150-2.50 400-900 40 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 313700-4 RIPRAP Page 4 of 10 Table 2 Bedding Stone Gradation Sieve Size (Square Mesh) Percent by Weight Passing 3 inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 C. Special Riprap 1. Furnish materials for special riprap according to the Drawings. 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Dress slopes and protected areas to the line and grade shown on the Drawings before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B. Concrete Riprap 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings. 4. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. 5. Immediately after the finishing operation, cure the riprap according to Section 03 3000. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 313700-5 RIPRAP Page 5 of 10 C. Stone Riprap 1. Provide the following types of stone riprap when shown on the Drawings. a. Dry Riprap 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. b. Grouted Riprap 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids grouted after all the stones are in place. c. Mortared Riprap 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is placed. 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in stone riprap, and place to a tight fit. 3. Do not place mortar or grout when the air temperature is below 35 degrees Fahrenheit. 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 feet. 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing may be used when approved. 6. Large a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. b. Place the upright axis of the stones at an angle of approximately 90 degrees to the embankment slope. c. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. d. Fill open joints between stones with spalls. e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. f. When the Drawings require Large stone riprap to be grouted, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet the stones, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 7. Medium a. Dry Placement 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. 2) Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. 3) Place stone to drain water down the face of the slope. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 313700-6 RIPRAP Page 6 of 10 b. Grouting 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat - surfaced stones to produce an even surface with minimal voids. 2) Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. 3) Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. 4) Place the stones to create a plane surface with a maximum variation of 6 inches in 10 feet from true plane. Provide the same degree of accuracy for warped and curved surfaces. 5) Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet them, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. c. Mortaring 1) Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. 2) As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. 3) After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth - raked joints as directed. D. Block 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. E. Slab 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the limits shown on the Drawings. Place stone for riprap on the bedding material to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids. 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on the Drawings is allowed in the finished surface of the riprap. 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 313700-7 RIPRAP Page 7 of 10 4. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. 5. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. 6. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well -graded distribution of stone sizes. F. Special Riprap 1. Construct special riprap according to the Drawings. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS 910 Grout when specified s. �� ", Slope of embankment lJpright axes of stone perpendicular to slope Figure 1 - Large stone riprap, dry or grouted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 East Powell Avenue Improvements City Project# 102692 313700-8 RIPRAP Page 8 of 10 Grout when specified Flat side up 1 Stops of embankment E l T-G" min Figure 2 - Medium stone riprap, dry or grouted. Mortar when specified s. f min �-5lops of embankment ,E I 1'-6" min r - Figure 3 - Medium stone riprap, mortared. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 Grout when specified Slope of embankment Figure 4 — Block stone riprap, dry or grouted. Fl It —Slope of embankment Filter fabric 2 times thickness min Figure 5 — Slab stone riprap III\I IZI] Za 900 Y IQ] I 313700-9 RIPRAP Page 9 of 10 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 313700-10 RIPRAP Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.13. — defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 SECTION 32 1123 FLEXIBLE BASE COURSES PART1- GENERAL 1.1 SUMMARY 321123-1 FLEXIBLE BASE COURSES Page 1 of 7 A. Section Includes: 1. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the square yard of Flexible Base Course for various: 1) Depths 2) Types 3) Gradations 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Flexible Base Course. 3. The price bid shall include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling f. Compacting 1.3 REFERENCES A. Definitions 1. RAP — Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project# 102692 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex- 104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex- 110-E, Particle Size Analysis of Soils e. Tex- 116-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project# 102692 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 Table 1 Material Requirements Property Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) 2-1/2 in. — 0 1-3/4 in. 0 0-10 7/8 in Tex- 110-E 10-35 — 3/8 in. 30-50 — No.4 45-65 45-75 No. 40 70-85 60-85 Liquid limit, % max.' Tex-104-E 35 40 PlastiCity index, max.' Tex-106-E 10 12 Wet ball mill, % max .2 40 45 Wet ball mill, % max. Tex- 116-E increase passing the 20 20 No. 40 sieve Classification' 1.0 1.1-2.3 Min. compressive strength', psi Tex-117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project# 102692 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the Subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on -site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non -uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than 3/4 inch 2) Areas that are unstable or non -uniform 2. Installation of base material cannot proceed until compacted Subgrade approved by the City. 3.4 INSTALLATION A. General CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project# 102692 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General a. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the Drawings, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. 5. Minimum lift depth: 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project# 102692 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4. Density Control a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 4. Add small increments of water as needed during rolling. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project# 102692 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3A.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE East Powell Avenue Improvements City Project# 102692 321129-1 LIME TREATED BASE COURSES SECTION 32 1129 LIME TREATED BASE COURSES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 9 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement; base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 3123 23 - Borrow 4. Section 32 1123 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrated Lime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated Lime used to prepare slurry at the job site. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Hydrated Lime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 2. Commercial Lime Slurry a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry multiplied by the weight of the slurry in tons delivered. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Commercial Lime Slurry. c. The price bid shall include: 1) Furnishing the material CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 321129-2 LIME TREATED BASE COURSES Page 2 of 9 2) All freight involved 3) All unloading, storing, and handling Quicklime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. Measurement for Quicklime in slurry form shall be measured by the ton (dry weight) of the Quicklime used to prepare the slurry. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Quicklime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 4. Lime Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area as established by the widths shown on the Drawings and the lengths measured at placement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Lime Treatment applied for: a) Various depths c. The price bid shall include: 1) Preparing the roadbed 2) Loosening, pulverizing application of lime, water content in the slurry mixture and the mixing water 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 4) Performing all manipulations required f 11c=11;1104 W D1:104041 *%1 A. Definitions 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water delivered to a project in slurry form. 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of slurry for wet placing. b. Grade S — finely graded quicklime for use only in the preparation of slurry for wet placing. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 321129-3 LIME TREATED BASE COURSES Page 3 of 9 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) b. D6938, Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) 3. Texas Department of Transportation (TXDOT): a. Tex- 101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring Thickness of Pavement Layer c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and Commercial Lime Slurry 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND STORAGE A. Truck Delivered Lime 1. Each truck ticket shall bear the weight of lime measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of lime to the site. 1.11 SITE CONDITIONS A. Start lime application only when the air temperature is at least 357 and rising or is at least 40°F. Measure temperature in the shade and away from artificial heat. B. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Lime 1. Hydrated Lime a. pumpable suspension of solids in water CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 321129-4 LIME TREATED BASE COURSES Page 4 of 9 b. solids portion of the mixture when considered as a basis of "solids content," shall consist of principally hydrated lime of a quality and fineness sufficient to meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements Total "active" lime content, percent by weight Unhydrated lime content, percent by weight CaO "Free Water" content, percent by weight water Table 2 Lime Chemical Requirements Hydrated Commercial Lime Quicklime Lime Slurry 90.0 Min 87.0 Min 5.0 Max 5.0 Max b. Physical Requirements Table 3 Lime Physical Requirements Hydrated Commercial Lime Lime Slurry Wet Sieve Requirement, As percentage by Weight Residue: Retained on No. 6 sieve 0.2 Max 0.2 Max Retained on No. 30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement, As percentage by Weight Residue: 87.0 Min Quicklime 8.0 Max' Retained on a 1-in sieve 0.0 Retained on a 3/4 —in sieve 10.0 Max Retained on a No. 100 Grade Ds — 80 Min sieve Grade S — no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max' 1 The amount total "active" lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0% by weight of the original quicklime. c. Slurry Grades Table 4 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 321129-5 LIME TREATED BASE COURSES Page 5 of 9 Grade 1 31 Grade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 1123, for the type and grade shown on the Drawings, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. E. Borrow: See Section 3123 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. uniform lime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 321129-6 LIME TREATED BASE COURSES Page 6 of 9 3. Storage Facility a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 4. Slurry Equipment a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 5. Pulverization Equipment a. Provide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) Provides a visible indication of the depth of cut at all times, and uniformly mixes the materials C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 1 /2 inch sieve. 2. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to depth as shown in the Drawings. D. Application of Lime 1. Uniformly apply lime as shown on the Drawings or as directed. 2. Add lime at the percentage specified in Drawings. 3. Apply lime only on an area where mixing can be completed during the same working day. 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. 5. Slurry Placement a. Hydrated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B, commercial lime slurry, with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the Drawings 4) Make successive passes over a measured surface of roadway until the proper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklime slurrying procedure uniformly over the length of the roadway. 2) Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these particles could cause the compacted stabilized material to swell during slaking. E. Mixing 1. Begin mixing within 6 hours of application of lime. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 321129-7 LIME TREATED BASE COURSES Page 7 of 9 2. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free from all clods and lumps. 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 6. Materials containing plastic clay or other materials that are not readily mixed with lime shall be mixed as thoroughly as possible at the time of lime application, brought to the proper moisture content and sealed with a pneumatic roller. 7. Allow the mixture to cure for 72 hours or as directed by City. 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 9. Sprinkle the treated materials during the mixing and curing operation to achieve adequate hydration and proper moisture content. 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 11. After mixing, City will sample the mixture at roadway moisture and test in accordance with Tex- 101-E, Part III, to determine compliance with the gradation requirements in Table 5. Table 5 Gradation Requirements (Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No.4 60 F. Compaction 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessary to provide optimum moisture content. c. Multiple lifts are permitted when shown on the Drawings or approved. d. Bring each layer to the moisture content directed. 2. Rolling a. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. f. Proof roll the lime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 321129-8 LIME TREATED BASE COURSES Page 8 of 9 b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance 1. Maintain the completed soil lime base in good condition, satisfactory to the City as to grade, crown and cross section until the overlaying or next course is constructed. 2. Keep surface of the compacted course moist until covered by other base or pavement. Reworking a Section a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. c. Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. H. Finishing 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the lime -treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. I. Curing 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 321129-9 LIME TREATED BASE COURSES Page 9 of 9 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing. Table 6 Minimum Curing Requirements Before Placing Subsequent Courses' Untreated Material Curing (Days) PI<_35 2 PI > 35 5 1. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 2. Begin paving operations or add courses within 14 calendar days of final compaction. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of lime treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test 1. In -place depth will be evaluated for each 500-foot roadway section 2. Determine in accordance with Tex-140-E in hand excavated holes. 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 4. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE East Powell Avenue Improvements City Project# 102692 321216-1 ASPHALT PAVING Page 1 of 24 1 SECTION 32 12 16 2 ASPHALT PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Constructing a hot -mix asphalt (HMA) pavement layer composed of a compacted, 7 dense -graded, or Superpave mixture of aggregate and asphalt binder for surface or 8 base courses 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 32 01 17 - Permanent Asphalt Paving Repair 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Asphalt Pavement 18 a. Measurement 19 1) Measurement for this Item shall be by the square yard of completed and 20 accepted asphalt pavement in its final position for various: 21 a) Thicknesses 22 b) Types 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under "Measurement" will be paid for at the unit 26 price bid per 27 c. The price bid shall include: 28 1) Shaping and fine -grading the placement area 29 2) Furnishing, loading, unloading, storing, hauling, and handling all materials 30 including freight and royalty 31 3) Traffic control for all testing during construction activities. 32 4) Asphalt, aggregate, and additive 33 5) Materials and work needed for corrective action 34 6) Trial batches 35 7) Tack coat 36 8) Removal and/or sweeping excess material 37 2. H.M.A.C. Transition 38 a. Measurement 39 1) Measurement for this Item shall be by the ton of composite Hot Mix 40 Asphalt required for H.M.A.C. Transition. 41 b. Payment CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 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 321216-2 ASPHALT PAVING Page 2 of 24 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 during construction activities. 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 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 during construction activities. 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 during construction activities. 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 East Powell Avenue Improvements City Project# 102692 321216-3 ASPHALT PAVING Page 3 of 24 1 7) Tack coat 2 8) Removal and/or sweeping excess material 3 5. H.M.A.C. Speed Cushion 4 a. Measurement 5 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion 6 installed. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under "Measurement" will be paid for at the unit 10 price bid per each H.M.A.C. Speed Cushion installed and accepted in its final 11 position. 12 c. The price bid shall include: 13 1) Shaping and fine -grading the roadbed 14 2) Furnishing, loading, unloading, storing, hauling, and handling all materials 15 including freight and royalty 16 3) Traffic control for all testing during construction activities. 17 4) Asphalt, aggregate, and additive 18 5) Materials and work needed for corrective action 19 6) Trial batches 20 7) Tack coat 21 8) Removal and/or sweeping excess material 22 1.3 REFERENCES 23 A. Abbreviations and Acronyms 24 1. RAP (reclaimed asphalt pavement) 25 2. SAC (surface aggregate classification) 26 3. BRSQC (Bituminous Rated Source Quality Catalog) 27 4. AQMP (Aggregate Quality Monitoring Program) 28 5. H.M.A.C. (Hot Mix Asphalt Concrete) 29 6. WMA (Warm Mix Asphalt) 30 B. Reference Standards 31 1. Reference standards cited in this specification refer to the current reference standard 32 published at the time of the latest revision date logged at the end of this 33 specification unless a date is specifically cited. 34 2. National Institute of Standards and Technology (MIST) 35 a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical 36 Requirements for Weighing and Measuring Devices 37 3. ASTM International (ASTM): 38 a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous 39 Materials by Ductilometer 40 4. American Association of State Highway and Transportation Officials 41 a. MP2 Standard Specification for Superpave Volumetric Mix Design 42 b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt 43 (HMA) 44 c. T 201, Kinematic Viscosity of Asphalts (Bitumens) 45 d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary 46 Viscometer CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 321216-4 ASPHALT PAVING Page 4 of 24 1 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder 2 Using Rotational Viscometer 3 f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt 4 Binder Using the Bending Beam Rheometer (BBR) 5 5. Texas Department of Transportation 6 a. Bituminous Rated Source Quality Catalog (BRSQC) 7 b. TEX 100-E, Surveying and Sampling Soils for Highways 8 c. Tex 106-E, Calculating the Plasticity Index of Soils 9 d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils 10 e. Tex 200-17, Sieve Analysis of Fine and Coarse Aggregates 11 f. Tex 203-17, Sand Equivalent Test 12 g. Tex-204-F, Design of Bituminous Mixtures 13 h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures 14 i. Tex 217-17, Determining Deleterious Material and Decantation Test for Coarse 15 Aggregates 16 j. Tex-226-F, Indirect Tensile Strength Test 17 k. Tex-227-17, Theoretical Maximum Specific Gravity of Bituminous Mixtures 18 1. Tex-243-F, Tack Coat Adhesion 19 m. Tex-244-F, Thermal profile of Hot Mix Asphalt 20 n. Tex 280-17, Determination of Flat and Elongated Particles 21 o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates 22 (Decantation Test for Concrete Aggregates) 23 p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete 24 q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine 25 r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 26 s. Tex 460-A, Determining Crushed Face Particle Count 27 t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion 28 u. Sulfate 29 v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures 30 w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified 31 Asphalt Systems 32 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders 33 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales 34 z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 35 aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 ACTION SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Asphalt Paving Mix Design: The City will review and approve all mix designs before 40 the contractor can begin production of the mix. When submitting mix designs to the City 41 for review, include the following items in the report. 42 1. The combined aggregate gradation, source, specific gravity, and percent of each 43 material used; 44 2. Asphalt binder content and grade 45 3. Asphalt binder content and aggregate gradation of RAP stockpiles; 46 4. the Ndesign level used; CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 1 5. Results of all applicable tests; 2 6. The mixing and molding temperatures; 3 7. The signature of the person or persons that performed the design; 4 8. The date the mixture design was performed; and 5 9. A unique identification number for the mixture design. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD CONDITIONS 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 321216-5 ASPHALT PAVING Page 5 of 24 A. Weather Conditions 1. Place mixture when the roadway surface temperature is equal to or higher than the temperatures listed in Table 1. Table 1 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed Temperature Binder Grade Night Paving Operations in Daylight Operations PG64 45 50 PG 70 55' 60' PG 76 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-244-17 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] 27 PART 2 - PRODUCTS 28 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 29 2.2 MATERIALS 30 A. General 31 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 32 the plans and specifications. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 321216-6 ASPHALT PAVING Page 6 of 24 1 2. Notify the City of all material sources. 2 3. Notify the City before changing any material source or formulation. 3 4. When the Contractor makes a source or formulation change, the City will verify 4 that the requirements of this specification are met and may require a new laboratory 5 mixture design, trial batch, or both. 6 5. The City may sample and test project materials at any time during the project to 7 verify compliance. 8 6. The depth of the compacted lift should be at least 2 times the nominal maximum 9 aggregate size. 10 B. Aggregate 11 1. General 12 a. Furnish aggregates from sources that conform to the requirements shown in 13 Table 2, and as specified in this Section, unless otherwise shown on the 14 Drawings. 15 b. Provide aggregate stockpiles that meet the definition in this Section for either 16 coarse aggregate or fine aggregate. 17 c. When reclaimed asphalt pavement (RAP) is allowed by Drawing note, provide 18 RAP stockpiles in accordance with this Section. 19 d. Aggregate from RAP is not required to meet Table 2 requirements unless 20 otherwise shown on the Drawings. 21 e. Supply mechanically crushed gravel or stone aggregates that meet the 22 definitions in Tex 100 E. 23 f. Samples must be from materials produced for the project. 24 g. The City will establish the surface aggregate classification (SAC) and perform 25 Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. 26 h. Perform all other aggregate quality tests listed in Table 2. 27 i. Document all test results on the mixture design report. 28 j. The City may perform tests on independent or split samples to verify 29 Contractor test results. 30 k. Determine aggregate gradations for mixture design and production testing 31 based on the washed sieve analysis given in Tex 200 F, Part II. 32 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 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 321216-7 ASPHALT PAVING Page 7 of 24 Table 2 Aggregate Quality Requirements Property I Test Method Requirement Coarse Aggregate SAC Tex-499-A(AQMP) As shown on Drawings Deleterious material, %, max Tex-217-F, Part I 1.0 Decantation, %, max Tex-217-17, Part II 1.5 Micro-Deval abrasion, %, max Tex-461-A Note 1 Los Angeles abrasion, %, max Tex-410-A 35 Magnesium sulfate soundness, 5 cycles, %, max Tex-411-A 25 Crushed face count, %, Min Tex 460-A, Part 1 852 Flat and elongated particles (a, 5: 1, %, max Tex-280-17 10 Fine Aggregate Linear shrinkage, %, max I Tex-107-E I 3 Combined Aggregate Sand equivalent, %, min Tex-203-17 I 45 1. Used to estimate the magnesium sulfate soundness loss 2. Only applies to crushed gravel. 3. Aggregates, without mineral filler, RAP, RAS, or additives, combined as used in the job -mix formula (JMF). 1. 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. m. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 1) No RAP permitted for TxDOT TYPE D H.M.A.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 East Powell Avenue Improvements City Project# 102692 321216-8 ASPHALT PAVING Page 8 of 24 1 2) Use no more than 15% Fractionated RAP on Superpave surface course 2 mixes and 20% Fractionated RAP for base course mixes unless otherwise 3 shown on the Drawings. Also, the recycled binder to total binder ratio must 4 not exceed 15% for surface courses and 20% for base courses. 5 3) Crush or break RAP so that 100 percent of the particles pass the 2-inch 6 sieve. 7 4) RAP from either Contractor or City, including RAP generated during the 8 project, is permitted only when shown on the Drawings. 9 5) City -owned RAP, if allowed for use, will be available at the location 10 shown on the Drawings. 11 6) When RAP is used, determine asphalt content and gradation for mixture 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 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. n. 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 2 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 East Powell Avenue Improvements City Project# 102692 321216-9 ASPHALT PAVING Page 9 of 24 Table 3 Gradation Requirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 2 2. Mineral Filler 3 a. Mineral filler consists of finely divided mineral matter such as agricultural 4 lime, crusher fines, hydrated lime, cement, or fly ash. 5 b. Mineral filler is allowed unless otherwise shown on the Drawings. 6 c. Do not use more than 2 percent hydrated lime or cement, unless otherwise 7 shown on the Drawings. The Drawings may require or disallow specific 8 mineral fillers. When used, provide mineral filler that: 9 1) Is sufficiently dry, free -flowing, and free from clumps and foreign matter; 10 2) Does not exceed 3 percent linear shrinkage when tested in accordance with 11 Tex-107-E; and meets the gradation requirements in Table 4. 12 Table 4 13 Gradation Requirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 55-100 14 15 3. Baghouse Fines 16 a. Fines collected by the baghouse or other dust -collecting equipment may be 17 reintroduced into the mixing drum 18 4. Asphalt Binder and Mix Types 19 a) Surface Course: Use TxDOT dense -graded DG-D with virgin PG 70-22 20 (no recycled materials such as recycled asphalt shingles or reclaimed 21 asphalt pavement) or Superpave SP-D with PG 70-22 as summarized in 22 Table 5. 23 b) Base Course: use PG 64-22 SP-B or TxDOT DG-B mixes for base 24 courses. 25 c) Hand Paving: When hand paving is allowed, PG64-22 can be used for 26 surface courses. 27 28 Table 5 29 Asphalt Binder and Mixture Requirements Pavement Layer Mixture Requirement PG 70-22 Superpave SP-D Surface Course Virgin PG 70-22 TxDOT DG-D (No recycled material) Binder Course PG 64-22 TxDOT DG-B PG 64-22 Superpave SP-B 30 31 32 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 32 12 16 - 10 ASPHALT PAVING Page 10 of 24 1 b. Separation testing is not required if- 2 1) A modifier is introduced separately at the mix plant either by injection in 3 the asphalt line or mixer, 4 2) The binder is blended on site in continuously agitated tanks, or binder 5 acceptance is based on field samples taken from an in -line sampling port at 6 the hot mix plant after the addition of modifiers. 7 5. Tack Coat 8 a. Unless otherwise shown on the Drawings or approved, furnish CSS-1H, SS-1H, 9 or a PG binder with a minimum high -temperature grade of PG 58 for tack coat 10 binder in accordance with Section 2.2.A.5. 11 6. Additives 12 a. General 13 1) When shown on the Drawings, use the type and rate of additive specified. 14 2) Other additives that facilitate mixing or improve the quality of the mixture 15 may be allowed when approved. 16 b. Liquid Antistripping Agent 17 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 18 concrete paving mixtures and asphalt -stabilized base mixtures to meet 19 moisture resistance testing requirements. 20 2) Provide a liquid antistripping agent that is uniform and shows no evidence 21 of crystallization, settling, or separation. 22 3) Ensure that all liquid antistripping agents arrive in: 23 a) Properly labeled and unopened containers, as shipped from the 24 manufacturer, or 25 b) Sealed tank trucks with an invoice to show contents and quantities 26 c) Provide product information to the City including: 27 (1) Material safety data sheet 28 (2) Specific gravity of the agent at the manufacturer's recommended 29 addition temperature, 30 (3) Manufacturer's recommended dosage range, and 31 (4) Handling and storage instructions 32 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 33 incorporate into the binder as follows: 34 a) Handle in accordance with the manufacturer's recommendations. 35 b) Add at the manufacturer's recommended addition temperature. 36 c) Add into the asphalt line by means of an in -line -metering device. 37 c. Liquid Asphalt Additive Meters 38 1) Provide a means to check the accuracy of meter output for asphalt primer, 39 fluxing material, and liquid additives. 40 2) Furnish a meter that reads in increments of 0.1 gal. or less. 41 3) Verify accuracy of the meter in accordance with Tex-923-K. 42 4) Ensure the accuracy of the meter within 5.0 percent. 43 7. Mixes 44 a. Design Requirements 45 1) Superpave mixes: Use the Superpave design procedure provided in Tex- 46 204-F to design the mixture meeting the requirements listed in Tables 2, 3, 4, 47 5, 6, 7, and 8. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 32 12 16 - 11 ASPHALT PAVING Page 11 of 24 1 a) Design the mixture at 50 gyrations (Ndesign). Use a target laboratory- 2 molded density of 96.0% to design the mixture; however, adjustments 3 can be made to the Ndesign value as noted in Table 8. The Ndesign 4 level may be reduced to at least 35 gyrations at the Contractor's 5 discretion. 6 b) Provide Hamburg Wheel and indirect tensile strength tests and provide 7 results with the mixture design meeting the requirements in Table 7 and 8 8. 9 10 Table 6 11 Superpave Mix Master Gradation Limits (% Passing by Weight or Volume) 12 and VMA Requirements for Superpave mixes Sieve Size SP-B SP-C SP-D Intermediate Surface Fine Mixture 2" — — — 1-1/2" 100.0' — — V 98.0-100.0 100.0' — 3/4" 90.0-100.0 98.0-100.0 100.0' 1/2" Note 90.0-100.0 98.0-100.0 3/8" — Note 90.0-100.0 #4 23.0-90.0 28.0-90.0 32.0-90.0 #8 23.0-34.6 28.0-37.0 32.0-40.0 #16 2.0-28.3 2.0-31.6 2.0-37.6 #30 2.0-20.7 2.0-23.1 2.0-27.5 #50 2.0-13.7 2.0-15.5 2.0-18.7 #200 2.0-8.0 2.0-10.0 2.0-10.0 Design VMA, % Minimum 14.0 1 15.0 16.0 Production (Plant -Produced) VMA, % Minimum 1 13.5 1 14.5 15.5 13 1. Defined as Ma sieve size. No tolerance allowed. 14 2. Must retain at least 10% cumulative. 15 16 17 Table 7 18 Hamburg Wheel Test Requirements High -Temperature Test Method Minimum # of Passes @ 12.5 Binder Grade mm Rut Depth, Tested @ 50°C PG 64 10,000 PG 70 Tex-242-F 15,000 PG 76 20,000 19 20 Table 8 21 Laboratory Mixture Design Properties Mixture Property Test Method Requirement Target laboratory -molded density, % Tex-207-17 96.0 Design gyrations (Ndesign) Tex-241-F 50' Indirect tensile strength (dry), psi Tex-226-F 85-2002 Dust/asphalt binder ratio — 0.6-1.43 �Boiltest4 Tex-530-C — CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 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 32 12 16 - 12 ASPHALT PAVING Page 12 of 24 1. Adjust within a range of 35-100 gyrations when shown on the plans or specification or mutually agreed between the Engineer and Contractor. 2. The City may allow the IDT strength to exceed 200 psi if the corresponding Hamburg Wheel rut depth is greater than 3.0 mm and less than 12.5 nun. 3. Defined as % passing #200 sieve divided by asphalt binder content (only for Superpave mixes). 4. Used to establish baseline for comparison to production results. May be waived when approved. 2) Dense -Graded Mixes: Us a Superpave Gyratory Compactor to design a dense -graded mixture using the procedure provided in Tex-204-F that meets the requirements listed in Tables 2, 3, 4, 5, 7, 8, and 9. a) Design the mixture at 50 gyrations (Ndesign). Use a target laboratory - molded density of 96.0% to design the mixture; however, adjustments can be made to the Ndesign value as noted in Table 8. The Ndesign level may be reduced to at least 35 gyrations at the Contractor's discretion. The target density may be increased to 97% or 97.5% when shown on the plans or specification. b) A Texas Gyratory Compactor (TGC) may be used when shown on the plans. c) Provide Hamburg Wheel and indirect tensile strength tests and provide results with the mixture design meeting the requirements in Table 7 and 8. Table 9 Dense -Graded Mix Master Gradation Limits ( % Passing by Weight or Volume) and VMA Requirements for dense graded mixes Sieve DG-B DG-C DG-D Size Fine Base Coarse Surface Fine Surface 2" — — — 1-1/2" 100 — — V 98.0-100.0 100 — 3/4" 84.0-98.0 95.0-100.0 100 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 # 3 0 13.0-2 8.0 14.0-2 8.0 15.0-2 9.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA', % Minimum — 13.0 1 14.0 15.0 Production (Plant -Produced) VMA, % Minimum - 1 12.5 1 13.5 1 14.5 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 East Powell Avenue Improvements City Project# 102692 32 12 16 - 13 ASPHALT PAVING Page 13 of 24 1 d. When WMA is not required by Drawings, produce an asphalt mixture within ?3 the temperature range of 215 degrees F and 275 degrees F. 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 32 12 16 - 14 ASPHALT PAVING Page 14 of 24 2) Provide certified scales, scale installations, and measuring equipment meeting the requirements of NIST Handbook 44, except that the required accuracy must be 0.4 percent of the material being weighed or measured. 3) Furnish leak -free weighing containers large enough to hold a complete batch of the material being measured. b. Truck Scales 1) Furnish platform truck scales capable of weighing the entire truck or truck — trailer combination in a single draft. c. Aggregate Batching Scales 1) Equip scales used for weighing aggregate with a quick adjustment at zero that provides for any change in tare. 2) Provide a visual means that indicates the required weight for each aggregate. d. Suspended Hopper 1) Provide a means for the addition or the removal of small amounts of material to adjust the quantity to the exact weight per batch. 2) Ensure the scale equipment is level. e. Belt Scales 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 percent based on the average of 3 test runs, where no individual test run exceeds 2.0 percent when checked in accordance with Tex-920-K. f. Asphalt Material Meter 1) Provide an asphalt material meter with an automatic digital display of the volume or weight of asphalt material. 2) Verify the accuracy of the meter in accordance with Tex-921-K. 3) When using the asphalt meter for payment purposes, ensure the accuracy of the meter is within 0.4 percent. 4) When used to measure component materials only and not for payment, ensure the accuracy of the meter is within 1.0 percent. g. Liquid Asphalt Additive Meters 1) Provide a means to check the accuracy of meter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gallon or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. 4. Drum -Mix Plants. Provide a mixing plant that complies with the requirements below. a. Aggregate Feed System 1) Provide: a) A minimum of 1 cold aggregate bin for each stockpile of individual materials used to produce the mix b) Bins designed to prevent overflow of material c) Scalping screens or other approved methods to remove any oversized material, roots, or other objectionable materials d) A feed system to ensure a uniform, continuous material flow in the desired proportion to the dryer e) An integrated means for moisture compensation f) Belt scales, weigh box, or other approved devices to measure the weight of the combined aggregate CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 East Powell Avenue Improvements City Project# 102692 32 12 16 - 15 ASPHALT PAVING Page 15 of 24 1 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 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 a) A dryer or mixing system to agitate the aggregate during heating b) A heating system that controls the temperature during production to prevent aggregate and asphalt binder damage c) A heating system that completely burns fuel and leaves no residue d) A recording thermometer that continuously measures and records the mixture discharge temperature e) Dust collection system to collect excess dust escaping from the drum. e. Asphalt Binder Equipment 1) Supply equipment to heat binder to the required temperature. 2) Equip the heating apparatus with a continuously recording thermometer located at the highest temperature point. 3) Produce a 24 hour chart of the recorded temperature. 4) Place a device with automatic temperature compensation that accurately meters the binder in the line leading to the mixer. 5) Furnish a sampling port on the line between the storage tank and mixer. Supply an additional sampling port between any additive blending device and mixer. f. Mixture Storage and Discharge 1) Provide a surge -storage system to minimize interruptions during operations unless otherwise approved. 2) Furnish a gob hopper or other device to minimize segregation in the bin. 3) Provide an automated system that weighs the mixture upon discharge and produces a ticket showing: a) Date b) Project identification number c) Plant identification d) Mix identification e) Vehicle identification f) Total weight of the load g) Tare weight of the vehicle h) Weight of mixture in each load i) Load number or sequential ticket number for the day g. Truck Scales 1) Provide standard platform scales at an approved location. 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.13.4 "Drum -Mix Plants," except as required below: a. Screening and Proportioning CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 East Powell Avenue Improvements City Project# 102692 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 32 12 16 - 16 ASPHALT PAVING Page 16 of 24 1) Provide enough hot bins to separate the aggregate and to control proportioning of the mixture type specified. a) Supply bins that discard excessive and oversized material through overflow chutes. b) Provide safe access for inspectors to obtain samples from the hot bins. b. Aggregate Weigh Box and Batching Scales 1) Provide a weigh box and batching scales to hold and weigh a complete batch of aggregate. 2) Provide an automatic proportioning system with low bin indicators that automatically stop when material level in any bin is not sufficient to complete the batch. c. Asphalt Binder Measuring System 1) Provide bucket and scales of sufficient capacity to hold and weigh binder for 1 batch. d. Mixer 1) Equipment mixers with an adjustable automatic timer that controls the dry and wet mixing period and locks the discharge doors for the required mixing period 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 6. Modified Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.B.5. "Weigh -Batch Plants," except as specifically described below. a. Aggregate Feeds 1) Aggregate control is required at the cold feeds. Hot bin screens are not required. b. Surge Bins 1) Provide 1 or more bins large enough to produce 1 complete batch of mixture. c. Hauling Equipment 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 2) Cover each load of mixture with waterproof tarpaulins. 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 4) When necessary, coat the inside truck beds with an approved release agent from the City. d. Placement and Compaction Equipment 1) Provide equipment that does not damage underlying pavement. 2) Comply with laws and regulations concerning overweight vehicles. 3) When permitted, other equipment that will consistently produce satisfactory results may be used. 7. Asphalt Paver a. General 1) Furnish a paver that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Ensure the paver does not support the weight of any portion of hauling equipment other than the connection. 3) Provide loading equipment that does not transmit vibrations or other motions to the paver that adversely affect the finished pavement quality. 4) Equip the paver with an automatic, dual, longitudinal -grade control system and an automatic, transverse -grade control system. b. Tractor Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 East Powell Avenue Improvements City Project# 102692 32 12 16 - 17 ASPHALT PAVING Page 17 of 24 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 placement 10 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 1/16 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 32 12 16 - 18 ASPHALT PAVING Page 18 of 24 13. Straightedges and Templates. Furnish 10-foot straightedges and other templates as required or approved. 14. Distributor vehicles a. Furnish vehicle that can achieve a uniform tack coat placement. b. The nozzle patterns, spray bar height and distribution pressure must work together to produce uniform application. c. The vehicle should be set to provide a "double lap" or "triple lap" coverage. d. Nozzle spray patterns should be identical to one another along the distributor spray bar. e. Spray bar height should remain constant. f. Pressure within the distributor must be capable of forcing the tack coat material out of spray nozzles at a constant rate. 15. Coring Equipment a. When coring is required, provide equipment suitable to obtain a pavement specimen meeting the dimensions for testing. 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 11 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 East Powell Avenue Improvements City Project# 102692 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 32 12 16 - 19 ASPHALT PAVING Page 19 of 24 b. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed the maximum production temperatures listed in Table 10. The City will not pay for or allow placement of any mixture produced above the maximum production temperatures listed in Table 10. c. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. Table 10 Maximum Production Temperature High -Temperature Maximum Production Binder Gradel Temperature PG 64 325"F PG 70 335"F PG 76 345°F 1. The high -temperature binder grade refers to the high -temperature grade of the virgin asphalt binder used to produce the mixture. D. Placement Operations 1. Place the mixture to meet the typical section requirements and produce a smooth, finished surface or base course with a uniform appearance and texture. 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. 4. When End Dump Trucks are used, ensure the bed does not contact the paver when raised. 5. Placement can be performed by hand in situations where the paver cannot place it adequately due to space restrictions. 6. Hand -placing should be minimized to prevent aggregate segregation and surface texture issues. 7. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture within the compacted lift thickness shown in Table 11, unless otherwise shown on the Drawings or otherwise directed. Table 11 Compacted Lift Thickness and Required Core Height Compacted Lift Thickness Minimum Untrimmed Core Mixture Type Minimum (in.) Maximum (in.) Height (in.) Eligible for Testing SP-B 2.50 4.0 2.00 SP-C 2.00 3.00 1.25 SP-D 1.25 2.00 1.25 DG-B 2.5 5.00 1.75 DG-D 1.5 3.0 1.25 9. Tack Coat a. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 East Powell Avenue Improvements City Project# 102692 32 12 16 - 20 ASPHALT PAVING Page 20 of 24 1 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 2 square yard of surface area. 3 c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and 4 all joints. 5 d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal 6 beam guard fence and structures. 7 e. The City may use Tex-243-F to verify that the tack coat has adequate adhesive 8 properties. 9 f. The City may suspend paving operations until there is adequate adhesion. 10 g. The tack coat should be placed with enough time to break or set before 11 applying hot mix asphalt layers. 12 h. Traffic should not be allowed on tack coats. 13 i. When a tacked road surface must be opened to traffic, they should be covered 14 with sand to provide friction and prevent pick-up. 15 j. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 16 10. General placement requirements 17 a. Material should be delivered to maintain a relatively constant head of material 18 in front of the screed. 19 b. The hopper should never be allowed to empty during paving. 20 c. Dumping wings between trucks not allowed. Dispose of at end of days 21 production. 22 E. Lay -Down Operation 23 1. Minimum Mixture Placement Temperatures. Use Table 12 for minimum mixture 24 placement temperatures. 25 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 26 pickup equipment so that substantially all the mixture deposited on the roadbed is 27 picked up and loaded into the paver. 28 Table 12 29 Suggested Minimum Mixture Placement Temperature High -Temperature Minimum Placement Temperature Binder Grade (Before Entering Paver) PG 64 260°F PG 70 270OF PG 76 280OF 30 F. Compaction 31 1. Use air void control unless ordinary compaction control is specified on the 32 Drawings. 33 2. Avoid displacement of the mixture. If displacement occurs, correct to the 34 satisfaction of the City. 35 3. Ensure pavement is fully compacted before allowing rollers to stand on the 36 pavement. 37 4. Unless otherwise directed, use only water or an approved release agent on rollers, 38 tamps, and other compaction equipment. 39 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 40 6. Unless otherwise directed, operate vibratory rollers in static mode when not 41 compacting, when changing directions, or when the plan depth of the pavement mat 42 is less than 1-1/2 inches. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 32 12 16 - 21 ASPHALT PAVING Page 21 of 24 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. 8. The City may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to traffic unless otherwise directed. 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. 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. f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. g. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. h. Make alternate trips of the roller slightly different in length. i. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 East Powell Avenue Improvements City Project# 102692 321216-22 ASPHALT PAVING Page 22 of 24 1 G. Irregularities 2 1. Identify and correct irregularities including, but not limited to segregation, rutting, 3 raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller 4 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 5 particles. 6 2. The City may also identify irregularities, and in such cases, the City shall promptly 7 notify the Contractor. 8 3. If the City determines that the irregularity will adversely affect pavement 9 performance, the City may require the Contractor to remove and replace (at the 10 Contractor's expense) areas of the pavement that contain the irregularities and areas 11 where the mixture does not bond to the existing pavement. 12 4. If irregularities are detected, the City may require the Contractor to immediately 13 suspend operations or may allow the Contractor to continue operations for no more 14 than 1 day while the Contractor is taking appropriate corrective action. 15 5. The City may suspend production or placement operations until the problem is 16 corrected. 17 6. At the expense of the Contractor and to the satisfaction of the City, remove and 18 replace any mixture that does not bond to the existing pavement or that has other 19 surface irregularities identified above. 20 3.5 REPAIR 21 A. See Section 32 01 17. 22 3.6 QUALITY CONTROL 23 A. Production Testing 24 1. Perform production tests to verify asphalt paving meets the performance standard 25 required in the plans and specifications. Lab technicians need to obtain Level lA 26 certification provided by the Hot Mix Asphalt Center certification program to 27 perform production testing 28 a. Perform one (1) theoretical maximum specific (rice) gravity test (using Tex- 29 227-F test method) per day per mix type. 30 b. City may perform aggregate gradation & asphalt binder content tests (using 31 Tex-236-17 test method). The aggregate gradation must be within the master 32 gradation limits in Table 6 for Superpave mixes and Table 9 for dense graded 33 mixes, and the asphalt binder must be within 0.5% of the job mix formula 34 target. 35 B. In -place Density Testing 36 1. In -place Density Testing using the Nuclear Gauge 37 a. Compact the pavement uniformly to an in -place density of 92.5% to 96.3%. 38 b. City performs density testing every 200 linear feet at random locations. A 39 pavement section not meeting the specified density shall be subject to monetary 40 penalties or removal and replacement at the Contractor's expense as shown in 41 Table 13. However, cores can be obtained in areas under deficient compaction 42 to measure in -place density at the contractor's expense and override nuclear 43 gauge in -place density test results. 44 c. City may choose to use pavement core samples in lieu of nuclear gauges to 45 measure in -place density of asphalt pavement. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 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 32 12 16 - 23 ASPHALT PAVING Page 23 of 24 Table 13 Density Payment Schedule % Compaction Percent of Contract Price Allowed below 91 remove and replace at the entire cost and expense of Contractor as directed by City. 91-92.4 80% 92.5-96.3 100% 96.4-97.3 80% Over 97.3 remove and replace at the entire cost and expense of Contractor as directed by City. d. The amount of penalty shall be deducted from payment due to Contractor. C. Pavement Thickness Test 1. City to core asphalt paving from the normal thickness of section once acceptable density achieved. City identifies location of cores. a. City performs HMAC coring every 200 linear feet at random locations to measure pavement thickness. However, location adjustments are important as cores taken near pavement edges or longitudinal joints may not be an accurate representation of the pavement thickness. Cores, 4 in. (100 mm) in diameter, shall be taken for the full depth of the HMAC pavement. Cores are not to be taken within 6-in. of the edge of pavement, within 3-in. of longitudinal joints, and at or near tie-ins at either end of the mat. Immediately after obtaining the cores, the testing lab should dry the core holes, fill the holes with the appropriate asphalt mixture, and compact them properly. b. City measures each core thickness by averaging at least 3 measurements. c. In the event a deficiency in the thickness of pavement is revealed during testing, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. d. The cost for additional coring tests shall be at the same rate charged by commercial laboratories. e. Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table 14. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 East Powell Avenue Improvements City Project# 102692 1 Table 14 2 Thickness Deficiency Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent - Not More than 90 percent 10 percent Greater Than 10 percent - Not More than 15 percent 80 percent remove and replace at the entire cost Greater Than 15 percent and expense of Contractor as directed by City. 3 4 5 6 7 8 E 10 11 12 13 14 15 16 17 18 321216-24 ASPHALT PAVING Page 24 of 24 2. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with asphalt paving of the thickness shown on the Drawings. 3. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Modified items to be included in price bid 1.2 - Made minor revisions for clarification 1.6 — Updated section related to City review and approval of mix design 1.11 — Updated Table 1 related to temperature requirements 2.2 — Updated Table 2, 3 & 4, revised requirements fir Asphalt Binder/Mix Designs, 06/07/2024 M Owen replaced Table 5, included Mix — design requirements, added Table 6, 7, 8 and 9 3.4 — Added Table 10 and 11 and updated Table 12and deleted sections related to Air Voids Out of Range and Test Section 3.6 — Revised Quality Control requirements CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised June 7, 2024 32 13 13-1 CONCRETE PAVING Pagel of 22 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of Portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C.Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Procurement and Contracting Requirements 12 2. Division 1 - General Requirements 13 3. Section 32 0129 - Concrete Paving Repair 14 4. Section 32 13 73 - Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A.Measurement 17 1. Measurement 18 a. Measurement for this Item shall be by the square yard of completed and 19 accepted Concrete Pavement in its final position as measured from back of curb 20 for various: 21 1) Classes 22 2) Thicknesses 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item will 25 be paid for at the unit price bid per square yard of Concrete Pavement. 26 3. The price bid shall include: 27 a. Shaping and fine grading the placement area 28 b. Furnishing and applying all water required 29 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 30 ingredients including all freight and royalty involved 31 d. Mixing, placing, finishing and curing all concrete 32 e. Furnishing and installing all reinforcing steel 33 f. Furnishing all materials and placing longitudinal, warping, expansion, and 34 contraction joints, including all steel dowels, dowel caps and load transmission 35 units required, wire and devices for placing, holding and supporting the steel 36 bar, load transmission units, and joint filler material in the proper position; for 37 coating steel bars where required by the Drawings 38 g. Sealing joints 39 h. Monolithically poured curb 40 i. Cleanup CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 32 13 13-2 CONCRETE PAVING Page 2 of 22 1.3 REFERENCES 2 A.Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 11 c. C33, Concrete Aggregates 12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 13 Specimens 14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 15 Beams of Concrete 16 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete 17 g. C150, Portland Cement 18 h. C595, Portland -Limestone Cement 19 i. C156, Standard Test Method for Water Loss (from a mortar specimen) Through 20 Liquid Membrane -Forming Curing Compounds for Concrete 21 j. C172, Standard Practice for Sampling Freshly Mixed Concrete 22 k. C260, Air Entraining Admixtures for Concrete 23 1. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 24 m. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 25 n. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 26 Admixture in Concrete 27 o. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 28 Concrete 29 p. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 30 Cement Concrete 31 q. C1602, Standard Specification for Mixing Water Used in the Production of 32 Hydraulic Cement Concrete. 33 r. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 34 (12,400 ft-lbf/ft3) 35 3. American Concrete Institute (ACI): 36 a. ACI 305.1-14 Specification for Hot Weather Concreting 37 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 38 c. ACI 318, Building Code Requirements for Structural Concrete and Commentary 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 42 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 32 13 13-3 CONCRETE PAVING Page 3 of 22 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A.Weather Conditions 7 1. Place concrete when concrete temperature is between 40°F and 95°F when 8 measured in accordance with ASTM C 1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Concrete paving operations shall be approved by the City project manager or 11 designee when the concrete temperature exceeds 95°F. 12 b. Concrete shall not be placed when concrete temperature is above 100°F under 13 any circumstances. 14 3. Cold Weather Concreting 15 a. No concrete shall be placed when ambient temp in shade and away from 16 artificial heat is below 40°F and falling. Concrete may be placed when ambient 17 temp is above 35°F and rising. Unless the City project manager or designee 18 approves paving to continue, suspend concreting operations if a descending air 19 temperature in the shade and away from artificial heat falls below 40°F. Do not 20 resume concreting operations until an ascending air temperature in the shade and 21 away from artificial heat reaches 35°F and rising. Contractor should take all the 22 precautions necessary to prevent freezing of concrete. Frozen concrete must be 23 removed and replaced. 24 4. It is to be distinctly understood that the contractor is responsible for the quality and 25 strength of the concrete placed under any weather conditions. 26 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 27 pavement in natural light, or as directed by the City. 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 31 2.2 MATERIALS 32 A.Cementitious Material: ASTM C150, ASTM C595 Type IL Cement. 33 B.Aggregates: ASTM C33. 34 C. Water: ASTM C 1602. 35 D.Admixtures: When admixtures are used, conform to the appropriate specification: 36 1. Air -Entraining Admixtures for Concrete: ASTM C260. 37 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 38 3. Fly Ash CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 32 13 13-4 CONCRETE PAVING Page 4 of 22 1 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 2 ASTM C618. 3 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 4 specified cement content when such batch design is approved by the Engineer. 5 E. Steel Reinforcement: ASTM A615. 6 7 8 9 10 11 12 13 14 15 16 17 18 F. Steel Wire Reinforcement: Not used for concrete pavement. G.Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide and install dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be tightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ C-6 Epcon G-5 Pro-Poxy-300 Fast Tube Shep-Poxy TxIII Ultrabond 1300 Tubes Ultrabone 2300 N.S. A-22-2300 Slow Set Dynapoxy EP-430 EDOT ET22 SET 22 SpecPoxy 3000FS Powers Fasteners Ramset-Redhead Ramset-Redhead Unitex CMC Construction Services Adhesives Technology Adhesives Technology Pecora Corp. Simpson Strong Tie Simpson Strong Tie Simpson Strong Tie SpecChem 19 20 b. Epoxy Use, Storage and Handling 21 1) Package components in airtight containers and protect from light and 22 moisture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 East Powell Avenue Improvements City Project# 102692 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 32 13 13-5 CONCRETE PAVING Page 5 of 22 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer d) Lot or batch number e) Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H.Reinforcement Bar Chairs 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. I. Joint Filler 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the Drawings or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 East Powell Avenue Improvements City Project# 102692 32 13 13-6 CONCRETE PAVING Page 6 of 22 1 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 2 Drawings; the width shall be not less than that shown on the Drawings, providing 3 for the top seal space. 4 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 5 requirements of this specification. 6 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 7 K.Curing Materials 8 1. Membrane -Forming Compounds. 9 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 10 compound and be of such nature that it shall not produce permanent 11 discoloration of concrete surfaces nor react deleteriously with the concrete. 12 b. The compound shall produce a firm, continuous uniform moisture -impermeable 13 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 14 concrete. 15 c. It shall, when applied to the damp concrete surface at the specified rate of 16 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 17 normal conditions suitable for concrete operations. 18 d. It shall adhere in a tenacious film without running off or appreciably sagging. 19 e. It shall not disintegrate, check, peel or crack during the required curing period. 20 f. The compound shall not peel or pick up under traffic and shall disappear from 21 the surface of the concrete by gradual disintegration. 22 g. The compound shall be delivered to the job site in the manufacturer's original 23 containers only, which shall be clearly labeled with the manufacturer's name, the 24 trade name of the material and a batch number or symbol with which test 25 samples may be correlated. 26 h. When tested in accordance with ASTM C156 Standard Test Method for Water 27 Loss (from a mortar specimen) Through Liquid Membrane -Forming Curing 28 Compounds for Concrete, the liquid membrane -forming compound shall restrict 29 the loss of water present in the test specimen at the time of application of the 30 curing compound to not more than 0.01-oz.-per-2 inches of surface. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL 33 A.Mix Design 34 1. Concrete Mix Design and Control 35 a. The City has a pre -approved list of concrete mix designs. The pre -approved list 36 can be found on the City website under Project Resources Folder. These mix 37 designs meet the requirements of applicable City specifications and the 38 Contractor may use mix designs from the list without the need for review and 39 approval. The contractor shall notify the City in writing which mix in the pre- 40 approved list the contractor uses for a project. 41 b. For a mix design not included in the pre -approved list, the Contractor shall 42 submit a design of the concrete mix it proposes to use and a full description of 43 the source of supply of each material component at least 10 calendar days prior 44 to the start of concrete paving operations. 45 c. The design of the concrete mix shall produce a quality concrete complying with 46 these specifications and shall include the following information: CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 32 13 13-7 CONCRETE PAVING Page 7 of 22 1 1) Design Requirements and Design Summary 2 2) Material source 3 3) Dry weight of cement/cubic yard and type 4 4) Dry weight of fly ash/cubic yard and type, if used 5 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 6 6) Design water/cubic yard 7 7) Quantities, type, and name of admixtures with manufacturer's data sheets 8 8) Current strength tests or strength tests in accordance with ACI 318 9 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 10 and date of tests 11 10) Fineness modulus of fine aggregate 12 11) Specific Gravity and Absorption Values of fine and coarse aggregates 13 12) L.A. Abrasion of coarse aggregates 14 d. Once mix design approved by City, maintain intent of mix design and 15 maximum water to cement ratio. 16 e. No concrete may be placed on the job site until the mix design has been 17 approved by the City. 18 2. Quality of Concrete 19 a. Consistency 20 1) In general, the consistency of concrete mixtures shall be such that: 21 a) Mortar shall cling to the coarse aggregate 22 b) Aggregate shall not segregate in concrete when it is transported to the 23 place of deposit 24 c) Concrete, when dropped directly from the discharge chute of the mixer, 25 shall flatten out at the center of the pile, but the edges of the pile shall 26 stand and not flow 27 d) Concrete and mortar shall show no free water when removed from the 28 mixer 29 e) Concrete shall slide and not flow into place when transported in metal 30 chutes at an angle of 30 degrees with the horizontal 31 f) Surface of the finished concrete shall be free from a surface film or 32 laitance 33 2) When field conditions are such that additional moisture is needed for the 34 final concrete surface finishing operation, the required water shall be applied 35 to the surface by hand sprayer only and be held to a minimum amount. 36 3) The concrete shall be workable, cohesive, possess satisfactory finishing 37 qualities and be of the stiffest consistency that can be placed and vibrated into 38 a homogeneous mass. 39 4) Excessive bleeding shall be avoided. 40 5) If the strength or consistency required for the class of concrete being 41 produced is not secured with the minimum cement specified or without 42 exceeding the maximum water/cement ratio, the Contractor may use, or the 43 City may require, an approved cement dispersing agent (water reducer); or 44 the Contractor shall furnish additional aggregates, or aggregates with 45 different characteristics, or the Contractor may use additional cement in 46 order to produce the required results. 47 6) The additional cement may be permitted as a temporary measure, until 48 aggregates are changed and designs checked with the different aggregates 49 or cement dispersing agent. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 32 13 13 - 8 CONCRETE PAVING Page 8 of 22 1 7) The Contractor is solely responsible for the quality of the concrete 2 produced. 3 8) The City reserves the right to independently verify the quality of the 4 concrete through inspection of the batch plant, testing of the various 5 materials used in the concrete and by casting and testing concrete cylinders 6 or beams on the concrete actually incorporated in the pavement. 7 b. Standard Class 8 1) Unless otherwise shown on the Drawings or detailed specifications, the 9 standard class for pavement and related concrete for streets and alleys is 10 shown in the following table: 11 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 32 13 13-9 CONCRETE PAVING Page 9 of 22 Standard Classes of Pavement and Related Concrete 28 Day Course Minimum Min. Aggregat Class Cementitiou Compressi Max. e General Usage to Concrete s ve �'/cm Maximu (Informational Only) 1 (Lb. /CY) Str Ratio Inength2 (Psi) Size (Inch) Sidewalks and ADA A 470 3,000 0.58 1-1/2 ramps, driveways, curb & gutter, median pavement Inlets, manholes, junction boxes, CIP 470 3.000 0.50 1-1/2 encasement, blocking, collars, light pole foundations C 517 3,600 0.45 1-1/2 Headwalls, wingwalls, culverts, drilled shafts P 517 3,600 0.45 1-1/2 Machine placed Paving H 564 4,500 0.45 1-1/2 Hand Placed Paving HES 564 4,500 0.45 1-1/2 HES Paving Bridge slabs, top slabs of S 564 4,000 0.45 1-1/2 direct traffic culverts, approach slabs 1. All exposed horizontal concrete shall have a minimum of 3% entrained -air. 2. Minimum Compressive Strength Required. a) Concrete Sidewalks and Curb & Gutter: Class A b) Cast -In -Place Concrete Structures: Class CIP and Class C c) Machine -Laid concrete: Class P d) Hand -Laid concrete: Class H e) Structural Concrete: Class S f) High Early Strength Concrete: Class HES (1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leave outs to traffic. (2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. C. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement and Related Concrete Slump Requirements Add classes of concrete Concrete Use CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 Recommended Acceptable Design Placement Slump, and Placement (Inch) Slump, East Powell Avenue Improvements City Project# 102692 32 13 13-10 CONCRETE PAVING Page 10 of 22 (Inch) Slip-Form/Form-Riding Paving 1-1/2 1-3 Hand Formed Paving 4 3-5 Headwalls, wingwalls, culverts, inlets, manholes, junction boxes, encasement, blocking, collars, light pole foundations, slabs, sidewalk, curb and gutter, concrete 4 3-5 valley gutter and other miscellaneous concrete Drilled shafts 61i2 51i2 — 71i2 1 2 2) No concrete shall be permitted with slump in excess of the maximums 3 shown. 4 3) Any concrete mix failing to meet the above consistency requirements, 5 although meeting the slump requirements, shall be considered unsatisfactory, 6 and the mix shall be changed to correct such unsatisfactory conditions. 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A.Equipment 13 1. All equipment necessary for the construction of this item shall be on the project. 14 2. The equipment shall include spreading devices (augers), internal vibration, 15 tamping, and surface floating necessary to finish the freshly placed concrete in such 16 a manner as to provide a dense and homogeneous pavement. 17 3. Machine -Laid Concrete Pavement 18 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms 19 that are uniformly supported on a sufficiently firm subbase to prevent sagging 20 under the weight of machine. 21 b. Slip -Form Paver 22 1) Slip -form paving equipment shall be provided with traveling side forms of 23 sufficient dimensions, shape and strength so as to support the concrete 24 laterally for a sufficient length of time during placement. 25 2) City may reject use of Slip -Form Paver if paver requires over -digging and 26 impacts trees, mailboxes or other improvements. 27 4. Hand -Laid Concrete Pavement 28 a. Machines that do not incorporate these features, such as roller screeds or 29 vibrating screeds, shall be considered tools to be used in hand -laid concrete 30 construction, as slumps, spreading methods, vibration, and other procedures are 31 more common to hand methods than to machine methods. 32 5. City may reject equipment and stop operation if equipment does not meet 33 requirements. 34 B. Concrete Mixing and Delivery CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 32 13 13-11 CONCRETE PAVING Page 11 of 22 1 1. Transit Batching: shall not be used — onsite mixing not permitted 2 2. Ready Mixed Concrete 3 a. The concrete shall be produced in an approved method conforming to the 4 requirements of this specification and ASTM C94/C94M. 5 b. City shall have access to ready mix plant to obtain material samples. 6 c. When ready -mix concrete is used, sample concrete per ASTM C172 Alternate 7 Procedure 2: 8 1) As the mixer is being emptied, individual samples shall be taken after the 9 discharge of approximately 10 percent and 90 percent of the load. 10 2) The method of sampling shall provide that the samples are representative of 11 widely separated portions, but not from the very ends of the batch. 12 d. The mixing of each batch, after all materials are in the drum, shall continue until 13 it produces a thoroughly mixed concrete of uniform mass as determined by 14 established mixer performance ratings and inspection, or appropriate uniformity 15 tests as described in ASTM C94. 16 e. The entire contents of the drum shall be discharged before any materials are 17 placed therein for the succeeding batch. 18 f. Retempering or remixing shall not be permitted. 19 3. Delivery 20 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 21 City to prevent cold joint. 22 4. Delivery Tickets 23 a. For all operations, the manufacturer of the concrete shall, before unloading, 24 furnish to the purchaser with each batch of concrete at the site a delivery ticket 25 on which is printed, stamped, or written, the following information to determine 26 that the concrete was proportioned in accordance with the approved mix design: 27 1) Name of concrete supplier 28 2) Serial number of ticket 29 3) Date 30 4) Truck number 31 5) Name of purchaser 32 6) Specific designation of job (name and location) 33 7) Specific class, design identification and designation of the concrete in 34 conformance with that employed in job specifications 35 8) Amount of concrete in cubic yards 36 9) Time loaded or of first mixing of cement and aggregates 37 10) Water added by receiver of concrete 38 11) Type and amount of admixtures 39 C.Subgrade 40 1. When manipulation or treatment of subgrade is required on the Drawings, the work 41 shall be performed in proper sequence with the preparation of the subgrade for 42 pavement. 43 2. The roadbed shall be excavated and shaped in conformity with the typical sections 44 and to the lines and grades shown on the Drawings or established by the City. 45 3. All holes, ruts and depressions shall be filled and compacted with suitable material 46 and, if required, the subgrade shall be thoroughly wetted and reshaped. 47 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 48 corrected. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 32 13 13-12 CONCRETE PAVING Page 12 of 22 1 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 2 density as determined by ASTM D698. 3 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 4 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 5 pavement to ensure its being in a firm and moist condition. 6 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 7 of the work. 8 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 9 place concrete pavement. 10 10. After the specified moisture and density are achieved, the Contractor shall maintain 11 the subgrade moisture and density in accordance with this Section. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 11. In the event that rain or other conditions may have adversely affected the condition of the subgrade or base, additional tests may be required as directed by the City. D.Placing and Removing Forms 1. Placing Forms a. Forms for machine -laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. 5) Forms shall be set to line and grade at least 200 feet, where practicable, in advance of the paving operations. 6) In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand -laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 East Powell Avenue Improvements City Project# 102692 32 13 13-13 CONCRETE PAVING Page 13 of 22 1 3. Cleaning. Forms shall be thoroughly cleaned after each use. 2 4. Removal. 3 a. Forms shall remain in place until the concrete has taken its final set. 4 b. Avoid damage to the edge of the pavement when removing forms. 5 c. Repair damage resulting from form removal and honeycombed areas with a 6 mortar mix within 24 hours after form removal unless otherwise approved. 7 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 8 after a bulkhead for a transverse construction joint has been removed unless 9 otherwise approved. 10 e. When forms are removed before 72 hours after concrete placement, promptly 11 apply membrane curing compound to the edge of the concrete pavement. 12 E. Placing Reinforcing Steel, Tie, and Dowel Bars 13 1. General 14 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as 15 shown on the Drawings. 16 b. All reinforcing steel shall be clean, free from rust in the form of loose or 17 objectionable scale, and of the type, size and dimensions shown on the 18 Drawings. 19 c. Reinforcing bars shall be securely wired together at the alternate intersections 20 and all splices and shall be securely wired at each intersection dowel and load- 21 transmission unit intersected. 22 d. All bars shall be installed in their required position as shown on the Drawings. 23 e. The storing of reinforcing or structural steel on completed roadway slabs 24 generally shall be avoided and, where permitted, such storage shall be limited to 25 quantities and distribution that shall not induce excessive stresses. 26 2. Splices 27 a. Provide standard reinforcement splices by lapping and tying ends. 28 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 29 the Drawings. 30 3. Installation of Reinforcing Steel 31 a. All reinforcing bars and bar mats shall be installed in the slab at the required 32 depth below the finished surface and supported by and securely attached to bar 33 chairs installed on prescribed longitudinal and transverse centers as shown by 34 sectional and detailed drawings on the Drawings. 35 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 36 on the Drawings and shall be approved by the City prior to extensive fabrication. 37 c. After the reinforcing steel is securely installed above the subgrade as specified 38 in Drawings and as herein prescribed, no loading shall be imposed upon the bar 39 mats or individual bars before or during the placing or finishing of the concrete. 40 4. Installation of Dowel Bars 41 a. Install through the predrilled joint filler and rigidly support in true horizontal 42 and vertical positions by an assembly of bar chairs and dowel baskets. 43 b. Dowel Baskets 44 1) The dowels shall be held in position exactly parallel to surface and 45 centerline of the slab, by a dowel basket that is left in the pavement. 46 2) The dowel basket shall hold each dowel in exactly the correct position so 47 firmly that the dowel's position cannot be altered by concreting operations. 48 c. Dowel Caps CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 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 32 13 13-14 CONCRETE PAVING Page 14 of 22 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. Grease bar before adding cap to prevent bonding with the concrete. 5. Tie Bar and Dowel Placement a. Place at mid -depth of the pavement slab, parallel to the surface. b. Place as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrounding structures. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints l . Joints shall be placed where shown on the Drawings or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. Expansion joints shall continue to the farthest outside edge of paving and adjacent slabs, and should extend through monolithic or attached curbs so that there is no restriction to the movement of the joint at any point. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall not restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 East Powell Avenue Improvements City Project# 102692 32 13 13-15 CONCRETE PAVING Page 15 of 22 1 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 2 approved by the City. 3 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 4 approved by the City, and shall be installed at the specified spacing. 5 d. Saw joints in a single cut to the width and depth the plans show. Begin sawing 6 as soon as the concrete hardens sufficiently to prevent excessive raveling along 7 the saw cut and finish before conditions induce uncontrolled cracking. 8 e. The joints shall be constructed by sawing to a 1/4 - inch width and to a depth of 9 1/4 of the actual pavement thickness, or deeper if so indicated on the Drawings. 10 f. Complete sawing as soon as possible in hot weather conditions and within a 11 maximum of 24 hours after saw cutting begins under cool weather conditions. 12 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 13 the point where some raveling is observed. 14 h. Damage by blade action to the slab surface and to the concrete immediately 15 adjacent to the joint shall be minimized. 16 i. Any portion of the curing membrane which has been disturbed by sawing 17 operations shall be restored by spraying the areas with additional curing 18 compound. 19 7. Transverse Construction Joints 20 a. Construction joints formed at the close of each day's work or when the placing 21 of concrete has been interrupted for 30-minutes or longer shall be constructed 22 by use of metal or wooden bulkheads cut true to the section of the finished 23 pavement and cleaned. 24 b. Wooden bulkheads shall be constructed using material of a thickness not less 25 than nominal 2" lumber. 26 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 27 surface and at right angles to the centerline of the pavement. 28 d. Edges shall be rounded to 1/4-inch radius. 29 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 30 the work. 31 8. Longitudinal Construction Joints 32 a. Longitudinal construction joints shall be of the type shown on the Drawings. 33 9. Joint Filler 34 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 35 Drawings. 36 b. Redwood Board joints shall be used for all pavement joints except for 37 expansion joints that are coincident with a butt joint against existing 38 pavements. 39 c. Boards with less than 25-percent of moisture at the time of installation shall be 40 thoroughly wetted on the job. 41 d. Green lumber of much higher moisture content is desirable and acceptable. 42 e. The joint filler shall be appropriately drilled to admit the dowel bars when 43 required. 44 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 45 slab. The top edge shall be held not less than 1/2 inch below the finished 46 surface of the pavement in order to allow the finishing operations to be 47 continuous. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 32 13 13-16 CONCRETE PAVING Page 16 of 22 1 g. The joint filler may be composed of more than one length of board in the 2 length of joint, but no board of a length less than 6 foot may be used unless 3 otherwise shown on the Drawings. 4 h. After the removal of the side forms, the ends of the joints at the edges of the 5 slab shall be carefully opened for the entire depth of the slab. 6 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 7 and as specified in Section 32 13 73. Materials shall generally be handled and 8 applied according to the manufacturer's recommendations as specified in Section 9 32 1373. 10 G.Placing Concrete 11 1. Unless otherwise specified in the Drawings, the finished pavement shall be 12 constructed monolithically and constructed by machined laid method unless 13 impractical. The City will make determination of what is practical. The maximum 14 length of concrete lane that can be placed by hand pouring is 50 linear feet. 15 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 16 shall be distributed to the required depth and for the entire width of the pavement 17 by approved methods. 18 3. Any concrete not placed as herein prescribed within the time limits in the following 19 table will be rejected. Time begins when the water is added to the mixer. 20 Temperature — Time Requirements Concrete Temperature Max Time — minutes Max Time — minutes (at point of placement) (no retarding agent) (with retarding agent)' Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F 45 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 21 1 Normal dosage of retarder. 22 23 4. Rakes shall not be used in handling concrete. 24 5. At the end of the day, or in case of unavoidable interruption or delay of more than 25 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 26 placed in accordance with 3.4.F.7 of this Section. 27 6. Honeycombing 28 a. Special care shall be taken in placing and vibrating the concrete against the 29 forms and at all joints and assemblies so as to prevent honeycombing Concrete 30 shall be uniformly consolidated throughout its width and depth, free from honey 31 combed areas, and has a consistent void -free closed surface. 32 b. Excessive voids and honeycombing in the edge of the pavement, revealed by the 33 removal of the side forms, may be cause for rejection of the section of slab in 34 which the defect occurs. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 32 13 13-17 CONCRETE PAVING Page 17 of 22 1 H.Finishing 2 1. Machine 3 a. Tolerance Limits 4 1) While the concrete is still workable, it shall be tested for irregularities with 5 a 10-foot straightedge placed parallel to the centerline of the pavement so as 6 to bridge depressions and to touch all high spots. 7 2) Ordinates measured from the face of the straightedge to the surface of the 8 pavement shall at no place exceed l/16 inch -per -foot from the nearest point of 9 contact. 10 3) In no case shall the maximum ordinate to a 10-foot straightedge be greater 11 than 1 /8 inch. 12 4) Any surface not within the tolerance limits shall be reworked and 13 refinished. 14 b. Edging 15 1) The edges of slabs and all joints requiring edging shall be carefully tooled 16 with an edger of the radius required by the Drawings at the time the concrete 17 begins to take its "set" and becomes non -workable. 18 2) All such work shall be left smooth and true to lines. 19 2. Hand 20 a. Hand finishing permitted only in intersections and areas inaccessible to a 21 finishing machine. 22 b. When the hand method of striking off and consolidating is permitted, the 23 concrete, as soon as placed, shall be approximately leveled and then struck off 24 with screed bar to such elevation above grade that, when consolidated and 25 finished, the surface of the pavement shall be at the grade elevation shown on 26 the Drawings. 27 28 C. The straightedge and joint finishing shall be as prescribed herein. 29 I. Curing 30 1. The curing of concrete pavement shall be thorough and continuous throughout the 31 entire curing period. 32 2. Failure to provide proper curing as herein prescribed shall be considered as 33 sufficient cause for immediate suspension of the paving operations. 34 3. The curing method as herein specified does not preclude the use of any of the other 35 commonly used methods of curing, and the City may approve another method of 36 curing if so requested by the Contractor. 37 4. If any selected method of curing does not afford the desired results, the City shall 38 have the right to order that another method of curing be instituted. 39 5. After removal of the side forms, the sides of the slab shall receive a like coating 40 before earth is banked against them. 41 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 42 as to cover the entire surfaces thoroughly and completely with a uniform film. 43 7. The rate of application shall be such as to ensure complete coverage and shall not 44 exceed 20-square-yards-per-gallon of curing compound. 45 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 46 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 47 curing period. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 32 13 13-18 CONCRETE PAVING Page 18 of 22 1 9. If for any reason the seal is broken during the curing period, it shall be immediately 2 repaired with additional sealing solution. 3 10. When tested in accordance with ASTM C156 Standard Test Method for Water Loss 4 (from a mortar specimen) Through Liquid Membrane -Forming Curing Compounds 5 for Concrete, the curing compound shall provide a film which shall have retained 6 within the test specimen a percentage of the moisture present in the specimen when 7 the curing compound was applied according to the following. 8 11. Contractor shall maintain and properly repair damage to curing materials on 9 exposed surfaces of concrete pavement continuously for a least 72 hours. 10 J. Monolithic Curbs 11 1. Concrete for monolithic curb shall be the same as for the pavement and shall be 12 placed within 20 minutes of the placement of the slab concrete. 13 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 14 shall be thoroughly worked to achieve an acceptable surface finish. 15 3. The exposed edges shall be rounded by the use of an edging tool to the radius 16 indicated on the Drawings. 17 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 18 K.Pavement Leaveouts 19 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 20 provided at location indicated on the Drawings or as directed by the City. 21 2. The extent and location of each leaveout required and a suitable crossover 22 connection to provide for traffic movements shall be determined in the field by the 23 City. 24 3.5 REPAIR 25 A.Repair of concrete pavement concrete shall be consistent with the Drawings and as 26 specified in Section 32 0129. 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 SITE QUALITY CONTROL 29 A. Concrete Placement 30 1. Place concrete using a fully automated paving machine. Hand paving is only 31 permitted in areas such as intersections where use of paving machine is not 32 practical. 33 a. All concrete pavement not placed by hand shall be placed using a fully 34 automated paving machine as approved by the City. 35 b. Screeds are considered hand placement paving method. 36 B. Testing of Materials 37 1. Samples of all materials for testing shall be provided by the contractor at no 38 expense to the City, unless otherwise specified in the special provisions or in the 39 Drawings. 40 2. In the event the initial sampling and testing does not comply with the specifications, 41 all subsequent testing of the material in order to determine if the material is 42 acceptable shall be at the Contractor's expense at the same rate charged by the 43 commercial laboratories. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 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 32 13 13-19 CONCRETE PAVING Page 19 of 22 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician must be ACI certified or equivalent. C.Pavement Thickness Test 1. Pavement thickness test shall be performed by a commercial testing laboratory approved by the City every 100 feet or fraction thereof in accordance with TxDOT Designation: Tex-423-A, unless otherwise shown on the plans. Test locations shall be at the discretion of the City. 2. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, core samples shall be taken at the contractor's expense to verify deficiency of more than 0.2 in. from plan thickness and to isolate the deficient area. 3. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50-inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 4. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. 5. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 7. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced with concrete of the thickness shown on the Drawings at the Contractor's sole expense. 8. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. D.Pavement Strength Test 1. During the progress of the work the commercial testing laboratory casts test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 East Powell Avenue Improvements City Project# 102692 32 13 13-20 CONCRETE PAVING Page 20 of 22 1 2. Test cylinders shall be taken from a representative portion of concrete being placed 2 for every 150-cubic yards of concrete pavement placed, but in no case shall fewer 3 than 1 set of cylinders be taken per day of placement. After the cylinders have been 4 cast, they shall remain on the job site and then transported, moist cured, and tested 5 in accordance with ASTM C31 and ASTM C39. 6 3. In each set, one of the cylinders shall be tested at 7 days (3 days for HES concrete), 7 two cylinders shall be tested at 28 days (three cylinders for 4" by 8" cylinders), and 8 the remaining cylinder shall be retained for testing at 56 days, if necessary. 9 Concrete must attain its design strength within 56 days. The 4" by 8" cylinders are 10 acceptable only when the nominal maximum aggregate size of the mix is less than 11 1-1/4 inch. 12 4. If the average 28-day test results indicate deficient strength, the Contractor may, at 13 its option and expense, core the pavement in question and have the cores tested by 14 an approved laboratory in accordance with ASTM C42 and ACI 318 protocol. The 15 average of all cores must meet 100 percent of the minimum specified strength, with 16 no individual core resulting in less than 90 percent of design strength, in order to 17 override the results of the cylinder tests. 18 5. In the event cylinders and/or cores do not meet minimum specified strength, 19 additional cores may be taken to identify the limits of deficient concrete pavement 20 at the expense of the Contractor. 21 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 22 meeting the minimum specified strength shall be subject to the money penalties or 23 removal and placement at the Contractor's expense as shown in the following table. 24 Percent Deficient Greater Than 0 percent - Not More Than 10 percent Greater Than 10 percent - Not More Than 15 percent Greater Than 15 percent Percent of Contract Price Allowed 90-percent 80-percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 25 26 7. Deficiency shall be determined on a panel by panel basis. 27 8. The amount of penalty shall be deducted from payment due to Contractor 28 9. No additional payment over the contract unit price shall be made for any pavement 29 with a strength exceeding that required by the Drawings and/or specifications. 30 E. Cracked Concrete Acceptance Policy 31 1. If cracks exist in concrete pavement upon completion of the project, the Project 32 Inspector shall decide as to the need for action to address the cracking as to its 33 cause and recommended remedial work. 34 2. If the recommended remedial work is routing and sealing of the cracks to protect 35 the subgrade, the Inspector shall make the determination as to whether to rout and 36 seal the cracks at the time of final inspection and acceptance or at any time prior to 37 the end of the project maintenance period. The Contractor shall perform the routing 38 and sealing work as directed by the Project Inspector, at no cost to the City, 39 regardless of the cause of the cracking. 40 3. If remedial work beyond routing and sealing is determined to be necessary, the 41 Inspector and the Contractor shall meet to determine the cause of the cracking. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 East Powell Avenue Improvements City Project# 102692 32 13 13-21 CONCRETE PAVING Page 21 of 22 I a. If agreement is reached that the cracking is due to deficient materials or 2 workmanship, the Contractor shall perform the remedial work at no cost to the 3 City. Remedial work in this case shall be limited to removing and replacing the 4 deficient work with new material and workmanship that meets the requirements 5 of the contract. 6 b. If the Inspector and the Contractor agree that the cause of the cracking is not 7 deficient materials or workmanship, the City may request the Contractor to 8 provide an estimate of the cost of the necessary remedial work and/or additional 9 work to address the cause of the cracking, and the Contractor will perform that 10 work at the agreed -upon price if the City elects to do so. 11 4. If the Inspector and the Contractor cannot agree on the cause of the cracking, the 12 City may hire an independent geotechnical engineer, acceptable to the Contractor, 13 to perform testing and analysis to determine the cause of the cracking. The 14 contractor shall pay 50 percent of the costs of the independent testing. Contractor 15 shall provide one half of the estimated costs of the independent testing to be held by 16 the City. 17 5. If the independent geotechnical engineer determines that the primary cause of the 18 cracking is the Contractor's deficient material or workmanship, the remedial work 19 will be performed at the Contractor's entire expense and the Contractor will also 20 reimburse the City for the City's portion of cost of the geotechnical investigation. 21 Remedial work in this case shall be limited to removing and replacing the deficient 22 work with new material and workmanship that meets the requirements of the 23 contract. 24 6. If the geotechnical engineer determines that the primary cause of the cracking is not 25 the Contractor's deficient material or workmanship, the City will return the held 26 funds to the Contractor. The Contractor, on request, will provide the City an 27 estimate of the costs of the necessary remedial work and/or additional work and 28 will perform the work at the agreed -upon price as directed by the City. 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 A.No concrete washout, mix, slurry, cuts, mud or solids etc., may enter the storm water 33 system including curb lines. Equipment washout allowed only in areas shown on 34 drawings and test materials or slag must be removed from site prior to final acceptance. 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 City Project# 102692 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 DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 3213 13 - 22 CONCRETE PAVING Page 22 of 22 12/20/2012 1.2.A — Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.13 — Modified to clarify acceptable fly ash substitution in concrete paving 1.1 LA — modified to clarify concrete placement temperature restrictions Zelalem 2.4.A, B, D — to clarify concrete quality control process and requirements 03/19/2021 Arega/Doug 3.7. C & D - to modify and clarify the pavement strength test and change in Black pavement thickness measurement methodology 3.7.E — Modified to clarify cracked concrete acceptance policy 3/11/2022 Zelalem Arega 1.3.A.h, 2.2 — Added ASTM C595, Type IL cement 6/10/2022 M Owen 3.4 G. 1. — Clarified language re: machine laid vs. hand poured CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 East Powell Avenue Improvements City Project# 102692 -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 A.Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 3) Thickened edge under sidewalk limits, if adjacent to curb or retaining wall 33 34 2. Concrete Curb at Back of Sidewalk (6 to 12-inch max) 35 a. Measurement 36 1) Measurement for this Item shall be by the linear foot of completed and 37 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12-inch curb 38 height at back of walk in its final position. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" will be paid for at the unit 42 price bid per linear foot of Concrete Curb at the Back of Sidewalk. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 9, 2022 _2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 9, 2022 -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 Strength2 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 9, 2022 -4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 1 1. Sidewalk, driveway and barrier free ramp reinforcing steel 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 1. Excavation: Excavation required for the construction of sidewalks, driveways and 21 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 22 established by the City. 23 2. Fine Grading 24 a. The Contractor shall do all necessary filling, leveling and fine grading required 25 to bring the subgrade to the exact grades specified and compacted to at least 90 26 percent of maximum density as determined by ASTM D698. 27 b. Moisture content shall be within minus 2 to plus 4 of optimum. 28 c. Any over -excavation shall be repaired to the satisfaction of the City. 29 B. Demolition / Removal 30 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 31 3.4 INSTALLATION 32 A.General 33 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 34 2. Sidewalks constructed in driveway approach sections shall have a minimum 35 thickness equal to that of driveway approach or as called for by Drawings and 36 specifications within the limits of the driveway approach. 37 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for 38 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 39 The construction of the driveway approach shall include the variable height radius 40 curb or a pan driveway approach in accordance with the Drawings. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 9, 2022 -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. Forms: 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 -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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 East Powell Avenue Improvements City Project# 102692 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 7 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 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 6. Section 32 1123 — Flexible Base Courses 18 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A.Measurement and Payment 21 1. Concrete Curb and Gutter 22 a. Measurement 23 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 24 Gutter. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" will be paid for at the unit 28 price bid per linear foot of Concrete Curb and Gutter complete and in place by 29 curb height. 30 c. The price bid shall include: 31 1) Excavation and preparing the subgrade, including placement of flexbase or 32 cement treated base under curb & gutter and 12" behind back of curb 33 2) Required excavation and backfill behind the curb 34 3) Removal and disposal of all excavated material 35 4) Furnishing and placing all materials, including foundation course, 36 reinforcing steel, and expansion material 37 5) Temporary asphalt transition at width shown on plans (typically 9 inches) 38 when the pavement adjacent to the curb & gutter will be improved 39 2. Concrete Valley Gutter 40 a. Measurement CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 7 1) Measurement for this Item shall be by the square yard of Concrete Valley Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Concrete Valley Gutter complete and in place for: a) Various street types c. The price bid shall include: 1) Required excavation 2) Preparing the subgrade, including placement of flexbase or stabilized cement treated subgrade 3) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 4) Temporary asphalt transition at width shown on plans (typically 9") when the pavement adjacent to the valley gutter will improved 3. Concrete Laydown Curb a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Laydown Curb, when crossing on -street parking or parking lots. 2) Laydown Curb pay item is not to be used when crossing driveways or alleys. 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 Laydown Curb complete and in place by curb height. c. The price bid shall include: 1) Excavation and preparing the subgrade, including placement of flexbase or cement treated base under curb & gutter and 12" behind back of curb 2) Required excavation and backfill behind the curb 3) Removal and disposal of all excavated material 4) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 5) Temporary asphalt transition at width shown on plans (typically 9 inches) when the pavement adjacent to the curb & gutter will be improved CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 East Powell Avenue Improvements City Project# 102692 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 7 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD CONDITIONS 10 A.Weather Conditions: See Section 32 13 13. 11 1.12 WARRANTY [NOT USED] 12 13 14 15 16 17 18 19 20 21 22 PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A.Forms: See Section 32 13 13. B. Concrete: 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete curb & gutter and valley gutter is shown in the following table: Standard Classes of Pavement Concrete Item Class of Minimum 28 Day Maximum Concret Cementitious Min. Water/ e Compressiv Cementitiou Lb./Cy e s Strength Ratio psi Curb A 470 3,000 0.58 Gutte r Valle H 564 4,500 0.45 y Gutte r C.Reinforcement: See Section 32 13 13. D.Joint Filler CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 Course Aggregat e Maximu in Size, inch 1-1/2 1-1/2 East Powell Avenue Improvements City Project# 102692 321613-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 7 1 1. Wood Filler: see Section 32 13 13. 2 2. Pre -Molded Asphalt Board Filler 3 a. Use only in areas where not practical for wood boards 4 b. Pre -molded asphalt board filler: ASTM D545 5 c. Install the required size and uniform thickness and as specified in the Drawings. 6 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 7 mixture of asphalt and vegetable fiber and/or mineral filler. 8 E. Expansion Joint Sealant: See Section 32 13 73. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION 15 A.Demolition / Removal: See Section 02 41 13. 16 3.4 INSTALLATION 17 A.Forms 18 1. Extend forms the full depth of concrete. 19 2. Wood forms: minimum of 1-1/2 inches in thickness 20 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 21 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 22 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 23 rejected. 24 B. Reinforcing Steel 25 1. Place all necessary reinforcement for City approval prior to depositing concrete. 26 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 27 foreign substances. 28 3. Remove foreign substances from steel before placing. 29 4. Wire all bars at their intersections and at all laps or splices. 30 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 31 greater. 32 C. Concrete Placement 33 1. Deposit concrete to maintain a horizontal surface. 34 2. Work concrete into all spaces and around any reinforcement to form a dense mass 35 free from voids. 36 3. Work coarse aggregate away from contact with the forms 37 4. Hand -Laid Concrete — Curb and gutter CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 7 a. Shape and compact subgrade to the lines, grades and cross section shown on the Drawings. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. d. Shape the concrete to the required curb and gutter design and provide a brush finish. 5. Machine -Laid Concrete — Curb and Gutter a. Hand -tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete to correct line and grade with approved self-propelled equipment. d. Brush finish surfaces immediately after extrusion or slipforming. 6. Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13. 7. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1-1/2 inches. c. Place expansion joints at all intersections with concrete driveways, structures, valley gutters, and existing curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. f. Neatly trim any expansion material extending above the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with existing concrete expansion j oints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Install 3 - 1/2" round, smooth bars, 24 inches in length, for dowels at each expansion j oint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1-inch free expansion. k. Support dowels by an approved method. D.Curing: see Section 32 13 13. 36 3.5 REPAIR/RESTORATION [NOT USED] 37 3.6 RE -INSTALLATION [NOT USED] 38 3.7 FIELD QUALITY CONTROL 39 40 41 42 43 44 A.Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 East Powell Avenue Improvements City Project# 102692 321613-6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 7 1 B. Concrete Tests: Perform testing of fresh concrete sample obtained according to 2 ASTM C172 with the following requirements: 3 1. Testing Frequency: Obtain 1 fresh concrete sample for each day's pour of each 4 concrete mixture exceeding 5 cubic yards, but less than 150 cubic yards, plus 1 set 5 for each additional 150 cubic yard or fraction thereof. 6 2. Slump: ASTM C 143; 1 test at point of placement for each concrete sample, but not 7 less than 1 test for each day's pour of each concrete mixture. Perform additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 10 each sample, but not less than 1 test for each day's pour of each concrete mixture. 11 4. Concrete Temperature: ASTM C1064; 1 test for each concrete sample. 12 5. Compression Test Specimens: ASTM C31. 13 a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 14 1) Do not transport field cast cylinders until they have cured for a 15 minimum of 24 hours. 16 6. Compressive -Strength Tests: ASTM C39; 17 a. Test 1 cylinder at 7 days. 18 b. Test 2 cylinders at 28 days. 19 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of 20 compressive -strength tests shall contain Project identification name and number, 21 date of concrete placement, name of concrete tester and inspector, location of 22 concrete batch in Work, design compressive strength at 28 days, concrete mixture 23 proportions and materials, compressive breaking strength, and type of break for 24 both 7- and 28-day tests. 25 8. Additional Tests: Additional tests of concrete shall be made when test results 26 indicate that slump, air entrainment, compressive strengths, or other City 27 specification requirements have not been met. The Lab Services division may 28 conduct or request tests to determine adequacy of concrete by cored cylinders 29 complying with ASTM C42 or by other methods as directed by the Project 30 Manager. 31 a. When the strength level of the concrete for any portion of the structure, as 32 indicated by cylinder tests, falls below the specified requirements, provide 33 improved curing conditions and/or adjustments to the mix design as required to 34 obtain the required strength. If the average strength of the laboratory control 35 cylinders falls so low as to be deemed unacceptable, follow the core test 36 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 37 approved by the Project Engineer. Core sampling and testing shall be at 38 Contractors expense. 39 b. If the results of the core tests indicate that the strength of the structure is 40 inadequate, any replacement, load testing, or strengthening as may be ordered by 41 the Project Engineer shall be provided by the Contractor without cost to the 42 City. 43 9. Additional testing and inspecting, at Contractor's expense, will be performed to 44 determine compliance of replaced or additional work with specified requirements. 45 10. Correct deficiencies in the Work that test reports and inspections indicate does not 46 comply with the Contract Documents. 47 3.8 SYSTEM STARTUP [NOT USED] CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 9, 2022 321613-7 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 7 of 7 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type 10/05/2016 Z. Arega Added Subsection 2.2.B.1 and Subsection 3.7 1.2 A. 1. c. Clarified what price bid includes for curb & gutter 12/09/2021 M Owen L.2 A. 2. d. Clarified what price bid includes for valley gutter 2.2 B. 1. Updated table: Valley gutter concrete shall meet hand poured concrete paving requirements 6/10/2022 M Owen 1.2 A. 1. C. Clarify that price for curb & gutter to include excavation and removal and disposal of excavated material 12/9/2022 M Owen 1.2 A. 3. Added Laydown Curb to measurement and payment section 0 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 9, 2022 32 91 19 -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 - GENERAi. 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 shallbe 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 shallbe 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 32 91 19 -2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2of3 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 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 Revis ion L.og DATE NAME SUMMARYOF CHANGE 3/11/2022 M Owen Revised title of specification andprovided clarifications in Sections 1.1 Summary, 2.2 Materials, 3.4 Installation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 East Powell Avenue Improvements City Project# 102692 1 2 3 4 PART 1 - GENERAL 5 1.1 SUMMARY SECTION 32 92 13 SODDING 32 9213 -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 shallbe 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 shallbe 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised May 13, 2021 32 9213 -2 SODDING Page 2of7 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 willbe 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised May 13, 2021 32 9213 -4 SODDING Page 4of7 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 speck 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised May 13, 2021 32 9213 - 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 shallbe 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised May 13, 2021 32 9213 - 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 Revision Log DATE NAME SUMMARY OF CHANCE 22 Removed information and details regarding seed, native grasses and wildflowers. These items are addressed in new specification 32 92 14 andParks specification for native grassestwildflowers. 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 updatedto 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 andrejection of sodded areas including growth, mow cycle and watering. Inserted exceptions associatedwith sod to be turned over to adjacent property owner. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised May 13, 2021 1 2 3 PART 1 - 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 joints for 27-inch or larger pipe. 5. Pipe testing will include deflection (mandrel) test for pipe. 6. Hydrostatic testing is not allowed. 7. Manhole testing will include vacuum test. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 80 00 — Modifications to Existing Concrete Structures 4. Section 33 04 50 — Cleaning of Sewer Mains 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 7, 2018 33 0130 - 2 SEWER AND MANHOLE TESTING Page 2of7 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 7, 2018 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 7, 2018 33 0130 - 4 SEWER AND MANHOLE TESTING Page 4of7 1 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 2 is drawn. 3 4. Plug pipes with drop connections beyond drop. 4 5. Place test head inside the frame at the top of the manhole. 5 3.4 INSTALLATION 6 A. Low pressure air test (Pipe 60" Inch and Smaller) 7 1. Install plug with inlet tap. 8 2. Connect air hose to inlet tap and a portable air control source. 9 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 10 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 11 psig. Minimum permissible pressure holding time per diameter per length of pipe 12 is computed from the following equation: 13 14 T = (0.0850*D*K-) 15 Q 16 Where: 17 T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig 18 K = 0.000419*D*L, but not less than 1.0 19 D = nominal pipe diameter, inches 20 L = length of pipe being tested (by pipe size), feet 21 Q = 0.0015, cubic feet per minute per square foot of internal surface 22 5. UNI-B-6, Table 1 provides required time forgiven lengths of pipe for sizes 4-inch 23 through 60-inch based on the equation above. 24 25 UNI-B-6, Table 1 26 Minimum specked time required for a 1.0 psig pressure drop for size and length of pipe 27 indic ated for q = 0. 00 15 28 29 Specification Time for Length (L) Shown 'minsec) 1 2 3 4 Minimum Pipe Length for Time for Diameter Time Mnmmrn Longer 100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft (in.) (�' Time (ft) Length (sec) 4 3.46 597 .380 L 3.46 3:46 346 346 346 3.46 346 3.46 6 5.40 398 .854 L 540 5:40 5.40 5:40 5:40 5.40 5:42 624 8 7:34 298 1.520 L 7:34 7:34 734 7:34 7:36 8:52 10:08 1124 10 926 239 2.374 L 926 926 926 _ 9:53 11:52 13:51 15.49 17.48 12 1120 199 3.418 L 1120 1120 11:24 14.15 17:05 19:56 22.47 2538.00 15 14:10 159 5.342 L 14:10 14:10 17.48 22:15 26:42.00 31:09:00 3536.00 40.04.00 18 17:00 133 7.692 L 1700 19:13 25:38:00 32:03:00 3827:00 44:52:00 51:16.00 57:41:00 21 19:50 114 10.470 L 19:50 26:10:00 34:54.00 43:37:00 5221.00 61:00:00 69.48.00 7831.00 24 22.40 99 13.674 L 22:47 34:11:00 45:34.00 56:58:00 6822.00 79:46:00 911000 102:33:00 27 25:30:00 88 17.306 L 28:51:00 431600 57.41.00 72:07:00 8632.00 100:57:00 11522:00 129.48:00 30 2820:00 80 21.366 L 35:37:00 53:25:00 71:13.00 89:02:00 10650:00 124:38:00 14226:00 160:15:00 33 31:10:00 72 25.852 L 43:05:00 64:38:00 86:10:00 107.43:00 129:16:00 150.43:00 17221:00 193:53:00 36 34:00:00 66 30.768 L 511700 76:55:00 102:34:00 128:12:00 153:50:00 179:29:00 20507:00 230.46:00 42 39.48:00 57 41.883L 69.48:00 104:42:00 139:37:00 17430:00 20924:00 244:19:00 279:13:00 314:07:00 48 45:34:00 50 54.705 L 91:10:00 _ 136:45:00 18221:00 273:31:00 319:06:00 3644200 410:17:00 54 51:02:00 44 69.236 L 11524:00 17305:00 230.47:00 _227:55:00 346:11:00 _ 403:53:00 461:34:00 519:16:00 60 56.40:00 40 85.476 L 142:28:00 213:41:00 284:55:00 _28829:00 35609:00 42723:00 _ 498:37:00 569:50:00 641.04:00 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 7, 2018 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 Cl 103 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 turnoff 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 7, 2018 33 0130 - 6 SEWER AND MANHOLE TESTING Page 6 of 7 1 2 Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole, feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 * * T=5 T=6.5 T=8 3 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective 4 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 5 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 6 seconds. 40+6(5)--70 seconds) 7 8 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 9 failed the test. 10 3.5 REPAIR / RESTORATION [NOT USED] 11 3.6 REINSTALLATION [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 alljoints 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 alljoints 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 7, 2018 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 14 DATE NAME 8/10/2018 W. Norwood 9/7/2018 W. Norwood 15 END OF SECTION Revision Log SUMMARY OF CHANGE 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. 3A.A Include UNI-13-6, Table 1 for low pressure air test 4.4.B Include individual joint testing requirements CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 7, 2018 33 0131 -1 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION—SANITARYSEWER Page 1 of 10 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION— SANITARY SEWER 3 PART 1 - 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 A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of sanitary sewer 2. For City Capital Improvement Projects, which include sanitary sewer rehabilitation projects, a Post -CCTV is required. Pre -CCTV for mains will be project specific and noted on the plans. 3. For new development sanitary sewer installation, a Post -CCTV is required. 4. For all City Capital Improvement Projects and new development sanitary sewer installation, a Final Manhole CCTV is required. 5. Final -CCTV will be project speck, and would include major collector, arterial, County, Railroad, and TXDOT projects that include extensive paving, structures, drainage, and grading activities B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 4. Section 33 04 50 — Cleaning of Sewer Mains 5. Section 01 32 16 — Construction Progress Schedule 26 1.2 PRICE AND PAYMENT PROCEDURES 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Pre -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Pre -CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 33 0131 -2 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION—SANITARYSEWER Page 2 of 10 B. Post -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Post -CCTV Inspection". 1) Contractor will only be paid for video that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file C. Final -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Final -CCTV Inspection". 1) Contractor will only be paid for video that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file D. Final- Manhole CCTV Inspection 1. Measurement a. Measurement for this Item will be per each manhole, junction structure, televised for CCTV Inspection performed following repair, manhole coating, final adjustments to grade, and/or installation determined on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each for "Final -Manhole CCTV Inspection". 1) Contractor will only be paid for video that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 East Powell Avenue Improvements City Project# 102692 33 0131 -3 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION—SANITARYSEWER Page 3 of 10 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. City of Fort Worth Water Department 7 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 8 Program (CCTV Manual). City of Fort Worth Water Department CCTV 9 Inspection Log. 10 B. Definitions 11 1. Pre -CCTV— CCTV Inspection performed by Contractor on existing mains prior 12 to any line modification or replacement. 13 2. Post CCTV— CCTV Inspection performed by Contractor following installation 14 of new mains but before completion of other infrastructure (i.e. streets, 15 sidewalks, final grading, etc.) 16 3. Final CCTV — CCTV Inspection performed by Contractor on mains and 17 manholes after all construction is complete. Includes CCTV of the manholes 18 (including grade rings, casting, etc.) after street construction, final grading, and 19 manhole coating, if the coating is required. 20 C. Final Manhole CCTV— CCTV Inspection performed by Contractor on manholes and/or 21 junction structures, after all construction is complete. Includes CCTV of the manholes/ 22 (including grade rings, casting, etc.) after street construction, final grading, and 23 manhole coating, if the coating is required. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Sanitary Sewer Lines 27 a. Meet with City of Fort Worth Water Department staff to confirm that the 28 appropriate equipment, software, standard templates, defect codes and defect 29 rankings are being used, if required. 30 B. Schedule 31 1. Include Pre, Post, Final Manhole, and Final CCTV schedule as part of the 32 Construction Progress Schedule per Section 01 32 16. 33 2. Allow time for City review (2 weeks minimum —Notification needs to be sent 34 out to Project Manager, City Inspector, & Field Operations). Post -CCTV can be 35 scheduled and submitted for review after each sewer main construction has been 36 completed. 37 3. If CCTV is accepted by City Project Manager, proceed with work. If rejected, 38 coordinate with City per Part 1.4 A. 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 33 0131 -4 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION—SANITARYSEWER Page 4 of 10 1 B. All CCTV submittals shall be submitted to the City Inspector to be uploaded to 2 common location for review and comment by Water Operations and Inspections. 3 Alternatively, the Inspector can provide Contractor access to upload directly to common 4 location. Inspection and Water Operations staff shall be notified when CCTV upload is 5 completed. 6 C. If inspected with Infrastructure Technologies IT Pipes Software per CCTV Manual 7 provide video data per the CCTV Manual. Provide additional copy of video in video 8 file MP4 with H.264 code — Advanced Video Coding and compression standard. 9 D. If inspected with other software provide video data in video file MP4 with H.264 code — 10 Advanced Video Coding and compression standard. 11 E. Inspection Report shall include: 12 1. Asset 13 a. Date of Inspection 14 b. City 15 c. Project Name (Address accepted if project name does not exist) 16 d. Main Number — as shown on drawings or GIS ID (If Available) 17 e. Upstream Manhole Station — as shown on drawings or GIS ID (If Available) 18 f. Downstream Manhole Station — as shown on drawings or GIS ID (If Available) 19 g. Pipe Diameter 20 h. Material 21 i. Pipe Length 22 j. Mapsco Location Number 23 k. Date Constructed 24 1. Pipe Wall Thickness 25 In. Grade percentage 26 n. Inspector Name 27 2. Inspection 28 a. Inspection Number (i.e. 1st, 2nd,etc...) 29 b. Crew Number 30 c. Operator Name 31 d. Operator Comments 32 e. Reason for Inspection 33 f. Equipment Number 34 g. Camera Travel Direction is Upstream to Downstream — Deviation will require 35 written justification, with the exception of stubouts & abandonment plugs that 36 will always be recorded from the downstream side. 37 h. Inspected Length (feet) 38 i. Work Order Number (if required) 39 j. City Project Number (if required) 40 k. City Contract Name 41 1. Consultant Company Name 42 m. Consultant Contact Name 43 n. Consultant Contact Phone Number 44 o. Contractor Company Name 45 p. Contractor Contact Name 46 q. Contractor Contact Phone Number 47 F. CCTV overlay screen shall include (opening text to CCTV inspection) 48 a. Date of inspection CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 33 0131 -5 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION—SANITARYSEWER Page 5 of 10 1 b. City Name 2 c. City Project number 3 d. Project name 4 e. Main number 5 f. Upstream SS Manhole (or Plug) station 6 g. Downstream SS Manhole station 7 h. Diameter 8 i. Grade/Slope 9 j. Material 10 k. Length 11 1. Contractor 12 in. Inspectors name 13 n. Travel direction 14 o. Date Construction 15 1.6 INFORMATIONAL SUBMITTALS 16 A. Pre- and Post CCTV submittals 17 1. CCTV video results shall be submitted to City that can be uploaded to shared 18 common location by the inspection staff, upon confirmation that the submittal is 19 complete (partial submissions are not accepted, except in special situations that 20 are approved by the Water Department). For pre -CCTV submittals, approval of 21 the submittal shall be provided by the Project Manager prior to construction 22 start when connecting to existing sewer. 23 2. Alternatively, the Inspector can provide Contractor access to upload directly to 24 common location. Inspection and Water Operations staff shall be noted when 25 CCTV upload is completed in order to confirm submittal is complete. Inspection 26 Report (separate report file for each individual shall be submitted to Inspector or 27 directly uploaded to shared common location. 28 B. Additional information that may be requested by the City 29 1. Listing of cleaning equipment and procedures 30 2. Listing of flow diversion procedures if required 31 3. Listing of CCTV equipment 32 4. Listing of backup and standby equipment 33 5. Listing of safety precautions and traffic control measures 34 1.7 CLOSEOUT SUBMITTALS 35 A. Final CCTV shall not be completed until all manholes and surface covers are set to final 36 grade. All as built changes to plan and profile drawings (redlines), are required to be 37 reflected on the final CCTV inspection information. Final CCTV shall not be 38 completed until all as built corrections have been made. 39 1. Final -CCTV submittals CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 33 0131 -6 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION—SANITARYSEWER Page 6 of 10 1 a. CCTV video results shall be submitted to City that can be uploaded to shared 2 common location by the inspection staff, upon confirmation that the submittal 3 is complete (partial submissions are not accepted, except in special situations 4 that are approved by the Water Department). Alternatively, the Inspector can 5 provide Contractor access to upload directly to common location. Inspection 6 and Water Operations staff shall be notified when CCTVupload is completed 7 in order to confirm submittal is complete. Sanitary sewer video file(s) in MP4 8 with H.264 code Advanced Video Coding and compression standard 9 b. City Project Number displayed within text of sanitary sewer video. 10 c. Construction Plans identifying the line segments that were videoed. Include 11 cover sheet, 1 digital copy of the redlines (Contractor to upload into Accela or 12 BIM 360), overall line layout sheet(s), and plan and profile sheet(s). 13 1) One (1) 11 "X 17" copy 14 d. Sanitary sewer line segment from drawings match line segments on Inspection 15 Report. Recommend some minimum guidance for standardization of line 16 segment submittals, to include proper identification of Project: name, CPN, line 17 identification and stations, as well as format (e.g. PDF?) and minimum 18 annotations required to explain deviations from policies as specked in this 19 document, or any anomalies that are considered within tolerance. 20 e. Inspection Report (separate report file for each individual shall be submitted to 21 Inspector or directly uploaded to shared common location. 22 f. Allow two (2) weeks to review before requesting final inspection. After review 23 by the City Inspector and Water Field Operations, if applicable a combined set 24 of punch list items will be submitted to the Contractor for correction. 25 g. 26 1.8 J. CCTV SPEADSHEET LOGIN EXCEL FORMAT MAINTENANCE MATERIAL 27 SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 A. Equipment- 34 1. Closed Circuit Television Camera 35 a. The television camera used shall be one specifically designed and constructed 36 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 37 picture of the entire periphery of the pipe. The camera shall be operative in 100 38 percent humidity/submerged conditions. The equipment will provide a view of 39 the pipe ahead of the equipment and of features to the side of the equipment 40 through turning and rotation of the lens. The camera shall be capable of tilting 41 at right angles along the axis of the pipe while panning the camera lens through 42 a full circle about the circumference of the pipe. The lights on the camera shall 43 also be capable of panning 90-degrees to the axis of the pipe. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 33 0131 -7 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION—SANrrARYSEWER Page 7 of 10 b. The radial view camera must be solid state color and have remote control of the 2 rotational lens. The camera shall be capable of viewing the complete 3 circumference of the pipe and manhole structure, including the cone -section or 4 corbel. The camera lens shallbe an auto -iris type with remote controlled 5 manual override. 6 2. Video Capture System 7 a. The video and audio recordings of the sewer inspections shall be made using 8 digital video equipment. Avideo enhancer may be used in conjunction with, 9 but not in lieu of, the required equipment. The digital recording equipment shall 10 capture sewer inspection on USB drive, with each sewer segment (from 11 upstream manhole to downstream manhole) inspection recorded as an individual 12 file in MP4 with H.264 code format. 13 14 b. The system shall be capable of printing pipeline inspection reports with 15 captured images of defects or other related significant visual information on a 16 standard color printer. 17 c. The system shall store digitized color picture images and be saved in digital 18 format on a USB drive. 19 d. The system shall be able to produce data reports to include, at a minimum, all 20 observation points and pertinent data. All data reports shall match the defect 21 severity codes outlined in the City's CCTV manual (electronic copy available 22 on Water Department's webs ite- 23 htti):Hfortworthtexas.aov/water/wastewater/CCTV Manual. 24 25 e. Camera footage, date & manhole numbers shall be maintained in real time and 26 shall be displayed on the video monitor as well as the video character 27 generators illuminated footage display at the control console. 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION 32 A. General 33 1. Prior to inspection obtain pipe and manhole asset identification numbers from 34 the plans or City to be used during inspections. Inspections performed using 35 identification numbers other than the line number (or existing sanitary sewer 36 main/lateral) and station numbers from plans or from assigned numbers from the 37 City will not be accepted. 38 2. CCTV Inspection shallnot commence until the sewer section to be televised has 39 been completely cleaned in conformance with Section 33 04 50. 40 3. CCTV Inspection shall not commence until the sewer section to be televised 41 has been completely cleaned in conformance with Section 33 04 50. (Sewer 42 system should be connected to existing sewer system and should be active) 43 4. A final CCTV Inspection of newly installed sewers (not yet in service) shall not 44 commence until completion of the following items: CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 33 0131 -8 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION—SANITARYSEWER Page 8 of 10 1 a. Manhole final grade is set (after street paving, under Final CCTV, Final 2 Manhole CCTV) 3 b. Manhole lining is complete (after street paving, under Final CCTV, Final 4 Manhole CCTV) 5 c. Sewer main is cleaned 6 d. Sewer air test is complete 7 e. Vacuum test of manholes 8 f. Installation of all lateral services and completion of low pressure testing of all 9 new services 10 g. All sewer main and manhole work is complete 11 Once reviewed and accepted by Water Field Operations the sewer system should be 12 connected to existing sewer system and ready for use upon final acceptance of the 13 project. 14 5. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. 15 B. General 16 1. Use manual winches, power winches, TV cable, and power rewinds that do not 17 obstruct the camera view, allowing for proper evaluation. 18 C. Pipe 19 1. Begin inspection immediately after cleaning of the main. 20 2. Move camera through the line in either direction at a moderate rate, stopping 21 when necessary to permit proper documentation of the main's condition. 22 3. Do not move camera at a speed greater than 30 feet per minute. 23 4. During investigation stop camera at each defect along the main. 24 a. Record the nature, location and orientation of the defector infiltration location 25 as specified in the CCTV Manual. 26 5. Service connections, Pan the Camera to get a complete overview of service 27 connection including zooming into service connection Include location (i.e. 1 28 o'clock, etc...) See photos 17 thru 23 for examples 29 6. Joint defects, Include comment on condition, signs of damage, etc... Note 30 offset and/or separation at a joint. Includes joints where one pipe is not 31 correctly aligned with the connecting section of pipe causing a lip that could 32 impede flow or a section of pipe that is aligned but has pulled apart horizontally 33 and may not connect to the other section of pipe. See Photos 24 thru 29, 35, 36 34 for examples 35 7. Notate visible pipe defects such as cracks, broken or deformed pipe, holes, 36 offset joints, obstructions, sags or debris (show as % of pipe diameter). If debris 37 has been found in the pipe during the post or final -CCTV inspection, additional 38 cleaning is required, and pipe shall be re -televised. See Photos 1 thru 12 for 39 examples 40 8. Notate Infiltration/Inflow locations. See Photos 13, 20 for examples 41 9. Notate Pipe material transitions. See Photos 30 for example CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 33 0131 -9 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION—SANITARYSEWER Page 9 of 10 1 10. Notate other locations that do not appear to be typical for normal pipe 2 conditions. For example, locations could include conflicts between the replaced 3 main with other utilities (including paving and storm sewer), causing pipe 4 deflections, sags, etc. holding water. This could also include any damage to the 5 main and/or services after the main has been replaced. These locations could 6 occur between the Post -CCTV and Final -CCTV submittals. See Photos 31 thru 7 34 for examples 8 11. Note locations where camera is underwater and level as a % of pipe diameter. 9 Camera underwater — Point in which the camera lens is 100% submerged 10 underwater and/or 50% of the pipe's diameter. Camera emerged — Point in 11 which the camera lens has emerged from being underwater. Severity is 12 described in ranges by linear feet. This would include pipe deflections causing 13 a considerable increase (i.e. double or more) in the depth of flow in the pipe (to 14 at least between 1/3 to %2 of the pipe diameter). See attached example photos at 15 the end of this Specification showing the depth changes in % full of pipe. See 16 Photos 14 thru 16 for examples. 17 12. Provide accurate distance measurement. 18 a. The meter device is to be accurate to the nearest 1/10 foot. 19 13. CCTV recording segments are to be single continuous file item. 20 a. A single segment is defined from manhole to manhole. 21 b. Only single segment video's will be accepted and preferably include manhole 22 inspections (manhole to manhole). 23 c. Individual manhole inspection will require written justification, included under 24 the Final -CCTV bid item. 25 14. Pre -Installation Inspection for Sewer Mains to be rehabilitated 26 a. Perform Pre -CCTV inspection immediately after cleaning of the main and 27 before rehabilitation work. 28 1) No cleaning equipment in the main during CCTV. 29 2) Water shall be present (or flowing) while recording CCTV to confirm 30 system functionality. 31 b. If, during inspection, the CCTV will not pass through the entire section of main 32 due to blockage or pipe defect, set up so the inspection can be performed from 33 the opposite manhole. 34 c. City Project Manager (PM) shall review and may consult with Sewer Projects 35 Reporting and Operations (SPRO), and provide comments on identified defects. 36 Contractor shall present proposed repair method(s) for approval by the City 37 PM, before proceeding with construction. 38 d. Provisions for repairing or replacing the impassable location are addressed in 39 Section 33 3120, Section 33 3121, Section 33 3122 and Section 33 3123. 40 15. Post -and Final Installation Inspection 41 a. Prior to inserting the camera, flush and clean the main in accordance to Section 42 33 04 50. Water should be present/flowing during the recording operation, to 43 demonstrate the functioning of the installed system. 44 16. Documentation of CCTV Inspection 45 a. Sanitary Sewer Lines 46 1) Follow the CCTV Manual (CCTV standard manual supplied by City upon 47 request) for the inspection video, data logging and reporting or Part 1.5 E of 48 this section. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 33 0131 -10 CLOSED CIRCUIT TELEVISION (CCTV)INSPECTION—SANITARYSEWER Page 10 of 10 1 D. Manhole 2 1. Final Manhole CCTV Inspection recording segments, will reveal condition of 3 manhole in its entirety, including corrosion protection if applicable. Camera 4 should pan the entire manhole while lowering to include complete view of 5 invert. This requirement applies to new manhole installations and rehabilitated 6 manholes after epoxy lining installed, if applicable. 7 2. Notate Infiltration/Inflow locations for Pre -construction CCTV recordings. 8 3. Post -Installation CCTV Inspection is only done after all construction is 9 complete. 10 E. Evmpldc ma1 . 11 3.4 REPAIR / RESTORATION [NOT USED] 12 3.5 R&INSTALLATION [NOT USED] 13 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.7 SYSTEM STARTUP [NOT USED] 15 3.8 ADJUSTING [NOT USED] 16 3.9 CLEANING 17 A. See Section 33 04 50. 18 3.10 CLOSEOUT ACTIVITIES [NOT USED] 19 3.11 PROTECTION [NOT USED] 20 3.12 MAINTENANCE [NOT USED] 21 3.13 ATTACHMENTS [NOT USED] 22 23 END OF SECTION 24 Revision Log DATE NAME SUMMARYOF CHANGE 25 12/20/2012 D. Johnson Various— Added requirements for coordination with T/PW for Storm Sewer CCTV 4/29/2021 J Kasavich Various — Alternative to CCT VManual, modified submittal detail requirements 3/11/2022 MOwen Removed referencedto storm drain CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 11, 2022 Photo 1 Flow Depth Acceptable East Powell Avenue Improvements City Project# 102692 Photo 2 Flow Level Acceptable East Powell Avenue Improvements City Project# 102692 ft Photo 3 Flow Level Acceptable N r- East Powell Avenue Improvements City Project# 102692 Photo 4 Flow Level is elevated. East Powell Avenue Improvements City Project# 102692 Photo 5 Flow Elevated but below 1/3 capacity. No action required East Powell Avenue Improvements City Project# 102692 Photo 6 Flow above 30%. Potential Sag or debris. East Powell Avenue Improvements City Project# 102692 L03 Photo 7 Offset Joint Example 147 East Powell Avenue Improvements City Project# 102692 Photo 8 Flow appears to be stagnant possible sag. East Powell Avenue Improvements City Project# 102692 Photo 9 Debris evident. Clean and Re -CCTV prior to submittal East Powell Avenue Improvements City Project# 102692 rl75l2079 8:28:36 AM Photo 10 Debris evident. Clean and Re -CCTV prior to submittal. NIF -Mor East Powell Avenue Improvements City Project# 102692 Photo 11 CCTV should not be submitted. Clean and Re -CCTV prior to submittal East Powell Avenue Improvements City Project# 102692 Photo 12 Survey was not completed. Take corrective action and Re -CCTV East Powell Avenue Improvements City Project# 102692 Photo 13 Example of Potential Infiltration/Inflow location East Powell Avenue Improvements City Project# 102692 Photo 14 Water level approaching submerging camera. Record beginning of level increase and note the point at which the water level returns to normal. Corrective action will be required. East Powell Avenue Improvements City Project# 102692 Photo 15 Camera submerged. Note beginning point of increase level and the end of the increased depth. Corrective action will be required East Powell Avenue Improvements City Project# 102692 Photo 16 Camera submerged. Note beginning point of increase level and the end of the increased depth. Corrective action will be required East Powell Avenue Improvements City Project# 102692 Photo 17 Service Tap. Note the location and position of tap in relation to the sewer main. Repair required? East Powell Avenue Improvements City Project# 102692 Photo 18 CCTV should include view of service line. Retake CCTV Video? East Powell Avenue Improvements City Project# 102692 Photo 19 Service tap holding water. Corrective action required. East Powell Avenue Improvements City Project# 102692 Photo 20 Service tap is installed incorrectly. Also is a point of potential Infiltration and Inflow location. East Powell Avenue Improvements City Project# 102692 Photo 21 Proper Shot of Sewer Tap V East Powell Avenue Improvements City Project# 102692 Photo 22 Debris in service line. Corrective action required East Powell Avenue Improvements City Project# 102692 Photo 23 Service tap at proper location. East Powell Avenue Improvements City Project# 102692 J oy t ,' � *f +7 POST P7 H ES 4r 'PIPE SIZE: 8- SSID: L3392 ,4 .Ak • T� �Y Y .0 .20 1:40 PM LZ1:195.9ft 01 - 6- 0 64. Eft lee OW09 - _ ` .. - r � ` � _1 CONFLICT 78 i0 Photo 26 Damage to Liner. Repair is required. DSMH: 7+47 4 East Powell Avenue Improvements City Project# 102692 01-06-20 69.4ft Ilk - ,L1.�J Photo 28 Damaged Liner. Damage to be repaired. East Powell Avenue Improvements City Project# 102692 Photo 29 Liner Damaged. Damaged to be repaired. East Powell Avenue Improvements City Project# 102692 Photo 30 Change of material. Note change on CCTV log. Repair required? East Powell Avenue Improvements City Project# 102692 Photo 31 Beginning of potential impact from adjacent utilities Repair required? East Powell Avenue Improvements City Project# 102692 Photo 32 Continuation of impact from adjacent utilities Repair required? East Powell Avenue Improvements City Project# 102692 Photo 33 Continuation of impact from adjacent utilities Repair required? East Powell Avenue Improvements City Project# 102692 Photo 34 End of impact for potential impact from adjacent utilities. Repair required? East Powell Avenue Improvements City Project# 102692 Photo 35 Short Joint installed (not a closure piece) does not comply with specification Repair required? East Powell Avenue Improvements City Project# 102692 Photo 36 Short piece installed with wye inserted does not comply with design East Powell Avenue Improvements City Project# 102692 East Powell Avenue Improvements City Project# 102692 F, m C .. + U') J M n CO i ML, LL1 '� 1 ' qv i Cl J IL M 4 - r Z 7-J .TE Q 'rr W 1 z +cx 1..0 cn W cn CO m CD Cq m N LO 4 M m � r t r W 4 � 1J � ti ' r dt 0 Ld1 CU r r 4-J C) c r- O Z LL 4dMIMMM m U J O qs 4-4 Cn .- 4 G7 cm t f4-. Chi V-4 m + 4- LOm v + Y 'OL a' i f East Powell Avenue Improvements City Project# 102692 r'r� •� � 1. 4` I ■ Or P:l x F— z Im W / m r fir' C) Lo 2 cn M r 4 a Z ♦ �- 'Vol LL P Y + CO r � � (77) 0 -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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 2 3 4 5 6 7 8 9 10 11 12 -3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 21 f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 13 1.3 REFERENCES 14 15 16 17 18 19 20 21 A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: INITIAL BACKFILL z w 0 SPRINGUNE W HAUNCHK BEDDING FOUNDATION 'WVEQ AREAS UNPAVED AREAS V A EXCAVATED TRENCH WIDTH CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 w z ca H W a_ fil OD CLEARANCE East Powell Avenue Improvements City Project No 102692 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 -4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-24 Standard Specifications for Concrete Aggregates b. ASTM C88-24 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. C131/C131M-20 Standard Test Method for Resistance to Degradation of Small - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine d. ASTM C136-19 Test Method for Sieve Analysis of Fine and Coarse Aggregate e. ASTM C535-16 Standard Test Method for Resistance to Degradation of Large - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D448-12 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 9. h. ASTM D558/D558M-19 — Standard Test method for Moisture -Density Relations of Soil -Cement Mixture i. ASTM D698-12 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). j. ASTM D1556/D1556M Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. k. ASTM D2321-10 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications 1. ASTM 2487 — 1 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) in. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) n. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) o. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 45 1.4 ADMINISTRATIVE REQUIREMENTS 46 A. Coordination 47 1. Utility Company Notification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 -5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 1 a. Notify area utility companies at least 48 hours in advance, excluding weekends 2 and holidays, before starting excavation. 3 b. Request the location of buried lines and cables in the vicinity of the proposed 4 work. 5 B. Sequencing 6 1. Sequence work for each section of the pipe installed to complete the embedment 7 and backfill placement on the day the pipe foundation is complete. 8 2. Sequence work such that proctors are complete in accordance with ASTM D698 9 prior to commencement of construction activities. 10 1.5 SUBMITTALS 11 A. Submittals shall be in accordance with Section 0133 00. 12 B. All submittals shall be approved by the City prior to construction. 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 14 A. Shop Drawings 15 1. Provide detailed drawings and explanation for ground water and surface water 16 control, if required. 17 2. Trench Safety Plan in accordance with Occupational Safety and Health 18 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 19 Excavations 20 3. Stockpiled excavation and/or backfill material 21 a. Provide a description of the storage of the excavated material only if the 22 Contract Documents do not allow storage of materials in the right-of-way of the 23 easement. 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING 28 A. Storage 29 1. Within Existing Rights -of -Way (ROW) 30 a. Spoil, imported embedment and backfill materials may be stored within existing 31 ROW, easements or temporary construction easements, unless specifically 32 disallowed in the Contract Documents. 33 b. Do not block drainage ways, inlets or driveways. 34 c. Provide erosion control in accordance with Section 3125 00. 35 d. Store materials only in areas barricaded as provided in the traffic control plans. 36 e. In non -paved areas, do not store material on the root zone of any trees or in 37 landscaped areas. 38 2. Designated Storage Areas 39 a. If the Contract Documents do not allow the storage of spoils, embedment or 40 backfill materials within the ROW, easement or temporary construction 41 easement, then secure and maintain an adequate storage location. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 -6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 e. Only materials used for 1 working day will be allowed to be stored in the work 6 zone. 7 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 8 1.11 FIELD [SITE] CONDITIONS 9 A. Existing Conditions 10 1. Any data which has been or may be provided on subsurface conditions is not 11 intended as a representation or warranty of accuracy or continuity between soils. It 12 is expressly understood that neither the City nor the Engineer will be responsible 13 for interpretations or conclusions drawn there from by the Contractor. 14 2. Data is made available for the convenience of the Contractor. 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 18 2.2 MATERIALS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill Sieve Size Percent Retained 1/2" 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 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 -7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C 13 1 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C 13 1 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as NIL, ME, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 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 -8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C 123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/II Portland or Blended hydraulic cement c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) A minimum of 100 psi compressive strength at 7 days in accordance with ASTM D1633, Method A 2) The maximum compressive strength in 7 days shall be 400 psi. 3) The material will be considered unacceptable and subject to removal and replacement at contractor's expense when the 7-day compressive strength is less than 100 psi or more than 400 psi. £ Random samples of delivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D1632. 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High -tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to 10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 12. Concrete Encasement a. Conform to Section 03 30 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 -9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 22 3.3 PREPARATION 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Protection of In -Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 -10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. £ Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Transportation Management Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Transportation Management Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 35 3.4 INSTALLATION 36 37 38 39 40 41 42 43 44 45 46 A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 -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 the 6 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 which 46 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 -12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 1 c. Do not allow water to flow over concrete until it has sufficiently cured. 2 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 3 Control Plan if any of the following conditions are encountered: 4 1) A Ground Water Control Plan is specifically required by the Contract 5 Documents 6 2) If in the sole judgment of the City, ground water is so severe that an 7 Engineered Ground Water Control Plan is required to protect the trench or 8 the installation of the pipe which may include: 9 a) Ground water levels in the trench are unable to be maintained below 10 the top of the bedding 11 b) A firm trench bottom cannot be maintained due to ground water 12 c) Ground water entering the excavation undermines the stability of the 13 excavation. 14 d) Ground water entering the excavation is transporting unacceptable 15 quantities of soils through the Excavation Safety System. 16 e. In the event that there is no bid item for a Ground Water Control and the City 17 requires an Engineered Ground Water Control Plan due to conditions discovered 18 at the site, the contractor will be eligible to submit a change order. 19 £ Control of ground water shall be considered subsidiary to the excavation when: 20 1) No Ground Water Control Plan is specifically identified and required in the 21 Contract Documents 22 g. Ground Water Control Plan installation, operation and maintenance 23 1) Furnish all materials and equipment necessary to implement, operate and 24 maintain the Ground Water Control Plan. 25 2) Once the excavation is complete, remove all ground water control 26 equipment not called to be incorporated into the work. 27 h. Water Disposal 28 1) Dispose of ground water in accordance with City policy or Ordinance. 29 2) Do not discharge ground water onto or across private property without 30 written permission. 31 3) Permission from the City is required prior to disposal into the Sanitary 32 Sewer. 33 4) Disposal shall not violate any Federal, State or local regulations. 34 D. Embedment and Pipe Placement 35 1. Water Lines less than, or equal to, 12 inches in diameter: 36 a. The entire embedment zone shall be of uniform material. 37 b. Utility sand shall be generally used for embedment. 38 c. If ground water is in sufficient quantity to cause sand to pump, then use crushed 39 rock as embedment. 40 1) If crushed rock is not specifically identified in the Contract Documents, 41 then crushed rock shall be paid by the pre -bid unit price. 42 d. Place evenly spread bedding material on a firm trench bottom. 43 e. Provide firm, uniform bedding. 44 £ Place pipe on the bedding in accordance with the alignment of the Drawings. 45 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 46 proposed grade, unless specifically called for in the Drawings. 47 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 48 more than 12 inches, above the pipe. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 i. 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 0526. 2. Water Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand £ Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. in. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) f 1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. m. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. 1. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. m. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. £ Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe line shall be within f0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer (PP - Polypropylene) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment up to top of pipe. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. j. Density test may be performed by City to verify that the compaction of embedment meets requirements. k. Place trench geotextile fabric on top of the initial backfill. 7. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 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 -16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. £ Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 8. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. £ Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 9. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 -17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 1 2. Backfill Material 2 a. Final backfill (not under existing pavement or future pavement) 3 1) Backfill with: 4 a) Acceptable backfill material 5 b) Blended backfill material, or 6 c) Select backfill material, CSS, or CLSM when specifically required 7 b. Final backfill depth 15 feet or greater (under existing or future pavement) 8 1) Backfill depth from 0 to 15 feet deep 9 a) Backfill with: 10 (1) Acceptable backfill material 11 (2) Blended backfill material, or 12 (3) Select backfill material, CSS, or CLSM when specifically required 13 2) Backfill depth from 15 feet and greater 14 a) Backfill with: 15 (1) Select Fill 16 (2) CSS, or 17 (3) CLSM when specifically required 18 c. Backfill for service lines: 19 1) Backfill for water or sewer service lines shall be the same as the 20 requirement of the main that the service is connected to. 21 3. Required Compaction and Density 22 a. Final backfill (depths less than 15 feet/under existing or future pavement) 23 1) Compact acceptable backfill material, blended backfill material or select 24 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 25 moisture content within -2 to +5 percent of the optimum moisture. 26 2) CSS or CLSM requires no compaction. 27 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 28 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 29 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 30 moisture up to the final grade. 31 2) CSS or CLSM requires no compaction. 32 c. Final backfill (not under existing or future pavement) 33 1) Compact acceptable backfill material blended backfill material, or select 34 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 35 moisture content within -2 to +5 percent of the optimum moisture. 36 4. Saturated Soils 37 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 38 optimum moisture content, the soils are considered saturated. 39 b. Flooding the trench or water jetting is strictly prohibited. 40 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 41 Appendix, Contractor shall proceed with Work following all backfill procedures 42 outlined in the Drawings for areas of soil saturation greater than 5 percent. 43 d. If saturated soils are encountered during Work but not identified in Drawings or 44 Geotechnical Report in the Appendix: 45 1) The Contractor shall: 46 a) Immediately notify the City. 47 b) Submit a Contract Claim for Extra Work associated with direction from 48 City. 49 2) The City shall: CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 -18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 1 a) Investigate soils and determine if Work can proceed in the identified 2 location. 3 b) Direct the Contractor of changed backfill procedures associated with 4 the saturated soils that may include: 5 (1) Imported backfill 6 (2) A site specific backfill design 7 5. Placement of Backfill 8 a. Use only compaction equipment specifically designed for compaction of a 9 particular soil type and within the space and depth limitation experienced in the 10 trench. 11 b. Flooding the trench or water setting is strictly prohibited. 12 c. Place in loose lifts not to exceed 12 inches. 13 d. Compact to specified densities. 14 e. Compact only on top of initial backfill, undisturbed trench or previously 15 compacted backfill. 16 f. Remove any loose materials due to the movement of any trench box or shoring 17 or due to sloughing of the trench wall. 18 g. Install appropriate tracking balls for water and sanitary sewer trenches in 19 accordance with Section 33 05 26. 20 6. Backfill Means and Methods Demonstration 21 a. Notify the City in writing with sufficient time for the City to obtain samples and 22 perform standard proctor test in accordance with ASTM D698. 23 b. The results of the standard proctor test must be received prior to beginning 24 excavation. 25 c. Upon commencing of backfill placement for the project the Contractor shall 26 demonstrate means and methods to obtain the required densities. 27 d. Demonstrate Means and Methods for compaction including: 28 1) Depth of lifts for backfill which shall not exceed 12 inches 29 2) Method of moisture control for excessively dry or wet backfill 30 3) Placement and moving trench box, if used 31 4) Compaction techniques in an open trench 32 5) Compaction techniques around structure 33 e. Provide a testing trench box to provide access to the recently backfilled material. 34 £ The City will provide a qualified testing lab full time during this period to 35 randomly test density and moisture continent. 36 1) The testing lab will provide results as available on the job site. 37 7. Varying Ground Conditions 38 a. Notify the City of varying ground conditions and the need for additional 39 proctors. 40 b. Request additional proctors when soil conditions change. 41 c. The City may acquire additional proctors at its discretion. 42 d. Significant changes in soil conditions will require an additional Means and 43 Methods demonstration. 44 3.5 REPAIR [NOT USED] 45 3.6 RE -INSTALLATION [NOT USED] 46 3.7 FIELD QUALITY CONTROL 47 A. Field Tests and Inspections CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 -19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 1 1. Proctors 2 a. The City will perform Proctors in accordance with ASTM D698. 3 b. Test results will generally be available to within 4 calendar days and distributed 4 5 6 7 8 9 C. 10 d. 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 e. to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer Notify the City if the characteristic of the soil changes. 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 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. £ 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 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 1 3. Density of Embedment 2 a. Storm sewer boxes that are embedded with acceptable backfill material, blended 3 backfill material, cement modified backfill material or select material will 4 follow the same testing procedure as backfill. 5 b. The City may test fine crushed rock or crushed rock embedment in accordance 6 with ASTM D2922 or ASTM 1556. 7 B. Non -Conforming Work 8 1. All non -conforming work shall be removed and replaced. 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION 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.1.d Modify gradation for sand material 2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to 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. 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 -21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 1.3 B. — Updated reference standards 2.2 A. 9. b. — Clarified Portland or Blended hydraulic cement 12/13/24 M Owen 2.2 A. 9. e. — Added limits for methods of CSS mixing and clarified testing values resulting in required replacement CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 SECTION 33 1105 BOLTS, NUTS, AND GASKETS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 331105-1 BOLTS, NUTS, AND GASKETS Page 1 of 7 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push -on Gaskets e. Mechanical Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 10 —Joint Bonding and Electrical Isolation 4. Section 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all "Hydrocarbon Resistant Gaskets". 2. All Other Items a. Measurement 1) The Items in this Section are considered subsidiary to the Item being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 33 11 05 - 2 BOLTS, NUTS, AND GASKETS Page 2 of 7 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural Steel d. B117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers 5. American Water Works Association (AWWA): a. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. d. Ml 1, Steel Pipe. e. M41, Ductile -Iron Pipe and Fittings. 6. Fastener Quality Act (FQA) a. Public Law 106-34 (P.L. 106-34) 7. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, Hand Tool Cleaning b. SP3, Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 33 1105 - 3 BOLTS, NUTS, AND GASKETS Page 3 of 7 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, or a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be performed under the control of the manufacturer. b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification. B. Preconstruction Testing The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed 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. B. Regulatory Requirements All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 33 11 05 - 4 BOLTS, NUTS, AND GASKETS Page 4 of 7 C. T-Bolts and Nuts Standard Xylan Coated T-bolt and Nut a. High strength, corrosion -resistant, low -carbon weathering steel in accordance with AWWA/ANSI CI I I/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C2O7 b. Bolts: ASTM A193, Grade B8, Class l(AIS1304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of AWWA C2O7 2. Rods: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push -on Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of joint and gasket tolerances. G. Mechanical Joint Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 331105-5 BOLTS, NUTS, AND GASKETS Page 5 of 7 a. Full face b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch c. Virgin stock d. Conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11 e. All gaskets shall meet or exceed the latest revisions NSF 61. f. Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. Field cut sheet gaskets are not acceptable. I. Hydrocarbon Resistant Gaskets 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when required. J. Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 10. 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to bolt head with no grip to ensure sleeves fit properly. K. Petrolatum Tape System 1. Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic: Densyl Mastic, or approved equal 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic -filled, baked on fluorocarbon resin, when required. b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to the coating manufacturer's recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater. d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be such that the nut turns freely on the bolt. £ Coating shall conform to the performance requirements of ASTM B 117, "Salt Spray Test" and shall include, if required, a certificate of conformance. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 331105-6 BOLTS, NUTS, AND GASKETS Page 6 of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSI/AWWA C1I I/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of/2-inch from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod 1. Install as part of joint harness assembly in accordance with AWWA Manual Ml 1. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of/2-inch from the nuts. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 331105-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp -edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a. For severely corrosive environments, an overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, overwrap may be applied to increase impact strength and electrical resistance. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE East Powell Avenue Improvements City Project# 102692 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 33 11 11 DUCTILE IRON FITTINGS 33 1111 -1 DUCTILE IRON FITTINGS Page 1 of 13 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1— General Requirements 16 3. Section 03 30 00 — Cast -in -Place Concrete 17 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 18 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 19 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 1105 Bolts, Nuts, and Gaskets 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Water Fittings with Restraint 24 a. Measurement 25 1) Shall be per ton of fittings supplied 26 2) Fittings weights are the sum of the various types of fittings multiplied by 27 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 28 3) The fitting weights listed in AWWA/ANSI Cl 10/A21.10 are only allowed 29 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 30 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 31 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 32 body) Ductile Iron Fittings in lieu of AWWA/ANSI CI53/A21.53 33 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 34 measured in accordance with AWWA/ANSI C153/A21.53. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under "Measurement' will be paid for at the unit 38 price bid per ton of "Ductile Iron Water Fittings with Restraint'. 39 c. The price bid shall include: 40 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 41 Drawings CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 20, 2017 33 1111 -2 DUCTILE IRON FITTINGS Page 2 of 13 1 2) Polyethylene encasement 2 3) Lining 3 4) Pavement removal 4 5) Excavation 5 6) Hauling 6 7) Disposal of excess material 7 8) Furnishing and installing bolts, nuts, and restraints 8 9) Furnishing, placement and compaction of embedment 9 10) Furnishing, placement and compaction of backfill 10 11) Trench water stops 11 12) Clean-up 12 13) Cleaning 13 14) Disinfection 14 15) Testing 15 2. Ductile Iron Sewer Fittings 16 a. Measurement 17 1) Shall be per ton of fittings supplied 18 2) Fittings weights are the sum of the various types of fittings multiplied by 19 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 20 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 21 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 22 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 23 4) If the Contractor chooses to supply AWWA/ANSI CI IO/A21.10 (full 24 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 25 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 26 measured in accordance with AWWA/ANSI C153/A21.53. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under "Measurement" will be paid for at the unit 30 price bid per ton of "Ductile Iron Sewer Fittings". 31 c. The price bid shall include: 32 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 33 Drawings 34 2) Epoxy Coating 35 3) Polyethylene encasement 36 4) Lining 37 5) Pavement removal 38 6) Excavation 39 7) Hauling 40 8) Disposal of excess material 41 9) Furnishing and installing bolts, nuts, and restraints 42 10) Furnishing, placement and compaction of embedment 43 11) Furnishing, placement and compaction of backfill 44 12) Clean-up 45 13) Cleaning 46 14) Disinfection 47 15) Testing CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 20, 2017 33 1111 -3 DUCTILE IRON FITTINGS Page 3 of 13 1.3 REFERENCES A. Definitions 3 1. Gland or Follower Gland 4 a. Non -restrained, mechanical joint fitting 5 2. Retainer Gland 6 a. Mechanically restrained mechanical joint fitting, consisting of multiple 7 gripping wedges incorporated into a follower gland meeting the applicable 8 requirements of ANSI/AWWA C110/A21.10. 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. American Society of Mechanical Engineers (ASME): 14 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 15 3. ASTM International (ASTM): 16 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 17 High Temperature or High Pressure Service and Other Special Purpose 18 Applications 19 b. Al94, Specification for Carbon and Alloy Steel Nuts for Bolts for High 20 Pressure or High Temperature Service, or Both 21 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 22 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 23 Water or Other Liquids. 24 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 25 4. American Water Works Association (AWWA): 26 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 27 Enamel and Tape - Hot Applied. 28 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 29 c. M41, Ductile -Iron Pipe and Fittings. 30 5. American Water Works Association/American National Standards Institute 31 (AWWA/ANSI): 32 a. C 104/A21.4, Cement —Mortar Liming for Ductile -Iron Pipe and Fittings. 33 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 34 c. C110/A21.10, Ductile -Iron and Gray -Iron Fittings. 35 d. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 36 e. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 37 Threaded Flanges. 38 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 39 g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 40 6. NSF International (NSF): 41 a. 61, Drinking Water System Components -Health Effects. 42 7. Society for Protective Coatings (SSPC): 43 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 20, 2017 33 1111 -4 DUCTILE IRON FITTINGS Page 4 of 13 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Ductile Iron Fittings 9 a. Pressure class 10 b. Interior lining 11 c. Joint types 12 2. Polyethylene encasement and tape 13 a. Planned method of installation 14 b. Whether the film is linear low density or high density cross linked polyethylene 15 c. The thickness of the film provided 16 3. The interior lining, if it is other than cement mortar lining in accordance with 17 AWWA/ANSI C104/A21.4 18 a. Material 19 b. Application recommendations 20 c. Field touch-up procedures 21 4. Thrust Restraint 22 a. Retainer glands 23 b. Thrust harnesses 24 c. Any other means 25 5. Gaskets 26 a. Provide Gaskets in accordance with Section 33 1105. 27 6. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10. 30 7. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 1105. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C115. 35 a) Provide bolts and nuts in accordance with Section 33 1105. 36 8. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 39 Tape System in accordance with Section 33 1105. 40 B. Certificates 41 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 42 meet the provisions of this Section and meet the requirements of AWWA/ANSI 43 C110/A21.10 or AWWA/ANSI C153/A21.53. 44 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 20, 2017 33 1111 -5 DUCTILE IRON FITTINGS Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 7 performed under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C110/A21.10orAWWA/ANSI C153/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein will be 17 grounds for rejecting the entire order. 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 21 2. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 01 60 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI Cl 10/A21.10, 36 AWWA/ANSI C153/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 39 the pipe which the fitting is connected, unless specifically indicated in the 40 Drawings. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 20, 2017 33 1111 -6 DUCTILE IRON FITTINGS 1 2 4 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 Page 6 of 13 4. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch-16-inch, 350 psi (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch-12-inch, 305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it should be easy to differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWAC600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 01 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 01 60 00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 East Powell Avenue Improvements City Project# 102692 33 1111 -7 DUCTILE IRON FITTINGS Page 7 of 13 1 b) Pressure rating shall exceed the working and test pressure of the pipe 2 line 3 c. Flanged Joints 4 1) AWWA/ANSI C115/A21.15, ASMEB16.1, Class 125 5 2) Flange bolt circles and bolt holes shall match those of ASMEB16.1, Class 6 125. 7 3) Field fabricated flanges are prohibited. 8 6. Gaskets 9 a. Provide Gaskets in accordance with Section 33 1105. 10 7. Isolation Flanges 11 a. Flanges required by the drawings to be Isolation Flanges shall conform to 12 Section 33 04 10. 13 8. Bolts and Nuts 14 a. Mechanical Joints 15 1) Provide bolts and nuts in accordance with Section 33 1105. 16 b. Flanged Ends 17 1) Meet requirements of AWWA C115. 18 a) Provide bolts and nuts in accordance with Section 33 11 05. 19 9. Flange Coatings 20 a. Connections to Steel Flanges 21 1) Buried connections with Steel Flanges shall be coated with aPetrolatum 22 Tape System in accordance with Section 33 1105. 23 10. Ductile Iron Fitting Exterior Coatings 24 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 25 thick, on the exterior, unless otherwise specified in the Contract Documents. 26 11. Polyethylene Encasement 27 a. All buried Ductile Iron Fittings shall be polyethylene encased. 28 b. Only manufacturers listed in the City's Standard Products List as shown in 29 Section 0160 00 will be considered acceptable. 30 c. Use only virgin polyethylene material. 31 d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 32 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 33 cross -laminated (HDCL) polyethylene encasement conforming to conforming 34 to AWWA/ANSI C105/A21.5 and ASTM A674. 35 e. Marking: At a minimum of every 2 feet along its length, the mark the 36 polyethylene film with the following information: 37 1) Manufacturer's name or trademark 38 2) Year of manufacturer 39 3) AWWA/ANSI C105/A21.5 40 4) Minimum film thickness and material type 41 5) Applicable range of nominal diameter sizes 42 6) Warning — Corrosion Protection — Repair Any Damage 43 f. Special Markings/Colors 44 1) Reclaimed Water, perform one of the following: 45 a) Label polyethylene encasement with "RECLAIMED WATER", 46 b) Provide purple polyethylene in accordance with the American Public 47 Works Association Uniform Color Code; or CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 33 1111 -8 DUCTILE IRON FITTINGS Page 8 of 13 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter (inches) 3 4 6 8 10 12 14 16 18 20 24 30 36 42 48 54 60 64 NVIin. Width — Flat Tube (inches) 14 14 16 20 24 27 30 34 37 41 54 67 81 81 95 108 108 121 Nlin. Width — Sheet (inches) 28 28 32 40 48 54 60 68 74 82 108 134 162 162 190 216 216 242 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section 0160 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 East Powell Avenue Improvements City Project# 102692 33 1111 -9 DUCTILE IRON FITTINGS Page 9 of 13 1 b) Care should betaken that the joint compound is smooth without excess 2 buildup in the gasket seat or on the spigot ends. 3 c) Coat the gasket seat and spigot ends after the application of the lining. 4 4) Surface preparation shall be in accordance with the manufacturer's 5 recommendations. 6 5) Check thickness using a magnetic film thickness gauge in accordance with 7 the method outlined in SSPC PA 2. 8 6) Test the interior lining of all fittings for pinholes with a non-destructive 9 2,500 volt test. 10 a) Repair any defects prior to shipment. 11 7) Mark each fitting with the date of application of the lining system along 12 with its numerical sequence of application on that date and records 13 maintained by the applicator of his work. 14 8) For all Ductile Iron Fittings in wastewater service where the fitting has 15 been cut, coat the exposed surface with the touch-up material as 16 recommended by the manufacturer. 17 a) The touch-up material and the lining shall be of the same manufacturer. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. General 26 1. Install fittings, specials and appurtenances as specified herein, as specified in 27 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 28 recommendations. 29 2. Lay fittings to the lines and grades as indicated in the Drawings. 30 3. Excavate and backfill trenches in accordance with 33 05 10. 31 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 32 B. Joint Making 33 1. Mechanical Joints with required mechanical restraint 34 a. All mechanical joints require mechanical restraint. 35 b. Bolt the retainer gland into compression against the gasket, with the bolts 36 tightened down evenly then cross torqued in accordance with AWWA C600. 37 c. Overstressing of bolts to compensate for poor installation practice will not be 38 permitted. 39 2. Push -on Joints (restrained) 40 a. All push -on joints shall be restrained push -on type. 41 b. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 42 c. Wipe clean the gasket seat inside the bell of all extraneous matter. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 20, 2017 33 11 11 -10 DUCTILE IRON FITTINGS Page 10 of 13 1 d. Place the gasket in the bell in the position prescribed by the manufacturer. 2 e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 3 gasket and the outside of the spigot prior to entering the spigot into the bell. 4 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf 5 to conform to AWWA M-41. 6 3. Flanged Joints 7 a. Use erection bolts and drift pins to make flanged connections. 8 1) Do not use undue force or restraint on the ends of the fittings. 9 2) Apply even and uniform pressure to the gasket. 10 b. The fitting must be free to move in any direction while bolting. 11 1) Install flange bolts with all bolt heads faced in 1 direction. 12 4. Joint Deflection 13 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 14 and grades and shown in the Drawings. 15 b. The deflection of each joint must be in accordance with AWWA C6O0 Table 3. 16 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 17 C6OO. 18 d. The manufacturer's recommendation may be used with the approval of the 19 Engineer. 20 C. Polyethylene Encasement Installation 21 1. Preparation 22 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 23 installation of polyethylene encasement. 24 1) Prevent soil or embedment material from becoming trapped between 25 fittings and polyethylene. 26 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 27 with minimum space between polyethylene and fittings. 28 1) Provide sufficient slack in contouring to prevent stretching polyethylene 29 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 30 joints or fittings, and to prevent damage to polyethylene due to backfilling 31 operations. 32 2) Secure overlaps and ends with adhesive tape and hold. 33 c. For installations below water table and/or in areas subject to tidal actions, seal 34 both ends of polyethylene tube with adhesive tape at joint overlap. 35 2. Tubular Type (Method A) 36 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 37 section. 38 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 39 pipe section and bunching it accordion -fashion lengthwise until it clears fittings 40 ends. 41 c. Lower fittings into trench with preceding section of pipe. 42 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 43 e. After assembling fittings make overlap of polyethylene tube, pull bunched 44 polyethylene from preceding length of pipe, slip it over end of the fitting and 45 wrap until it overlaps joint at end of preceding length of pipe. 46 f. Secure overlap in place. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 20, 2017 33 11 11 -11 DUCTILE IRON FITTINGS Page 11of13 1 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 2 barrel of fitting, securing fold at quarter points. 3 h. Repair cuts, tears, punctures or other damage to polyethylene. 4 i. Proceed with installation of next fitting in same manner. 5 3. Tubular Type (Method B) 6 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 7 section. 8 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 9 end. 10 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 11 barrel of fitting, securing fold at quarter points; secure ends. 12 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 13 proceeding pipe section, bunching it accordion -fashion lengthwise. 14 e. After completing joint, pull 3-foot length of polyethylene over joint, 15 overlapping polyethylene previously installed on each adjacent section of pipe 16 by at least 1 foot; make each end snug and secure. 17 4. Sheet Type 18 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 19 section. 20 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 21 clears the fitting ends. 22 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 23 quadrant of fitting. 24 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 25 e. Lower wrapped fitting into trench with preceding section of pipe. 26 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 27 g. After completing joint, make overlap and secure ends. 28 h. Repair cuts, tears, punctures or other damage to polyethylene. 29 i. Proceed with installation of fittings in same manner. 30 5. Pipe -Shaped Appurtenances 31 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 32 polyethylene in same manner as pipe and fittings. 33 6. Odd -Shaped Appurtenances 34 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped 35 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 36 sheet under appurtenances and bringing it up around body. 37 b. Make seams by bringing edges together, folding over twice and taping down. 38 c. Tape polyethylene securely in place at the valve stem and at any other 39 penetrations. 40 7. Repairs 41 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 42 or with short length of polyethylene sheet or cut open tube, wrapped around 43 fitting to cover damaged area, and secure in place. 44 8. Openings in Encasement 45 a. Provide openings for branches, service taps, blow -offs, air valves and similar 46 appurtenances by making an X-shaped cut in polyethylene and temporarily 47 folding back film. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 20, 2017 33 11 11 -12 DUCTILE IRON FITTINGS Page 12 of 13 1 b. After appurtenance is installed, tape slack securely to appurtenance and repair 2 cut, as well as other damaged area in polyethylene with tape. 3 c. Service taps may also be made directly through polyethylene, with any 4 resulting damaged areas being repaired as described above. 5 9. Junctions between Wrapped and Unwrapped Fittings 6 a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, 7 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 8 b. Secure end with circumferential turns of tape. 9 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 10 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 11 Fittings. 12 D. Blocking 13 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 14 crosses and plugs in the pipe lines as indicated in the Drawings. 15 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 16 normal to the thrust. 17 3. The supporting area for each block shall be at least as great as that indicated on the 18 Drawings and shall be sufficient to withstand the thrust, including water hammer, 19 which may develop. 20 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 21 5. If the Contractor encounters soil that appears to be different than that which was 22 used to calculate the blocking according to the Drawings, the Contractor shall 23 notify the Engineer prior to the installation of the blocking. 24 3.5 REPAIR/RESTORATION 25 A. Patching 26 1. Excessive field -patching is not permitted of lining or coating. 27 2. Patching of lining or coating will be allowed where area to be repaired does not 28 exceed 100 square inches and has no dimensions greater than 12 inches. 29 3. In general, there shall not be more than 1 patch on either the lining or the coating of 30 any fitting. 31 4. Wherever necessary to patchthe fitting: 32 a. Make patch with cement mortar as previously specified for interior joints. 33 b. Do not install patched fitting until the patch has been properly and adequately 34 cured and approved for laying by the City. 35 c. Promptly remove rejected fittings from the site. 36 3.6 REINSTALLATION [NOT USED] 37 3.7 FIELD [OR] SITE QUALITY CONTROL 38 A. Potable Water Mains 39 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 40 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 41 main as specified in Section 33 04 40. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 20, 2017 1 2 3 4 5 6 7 9 10 33 11 11 -13 DUCTILE IRON FITTINGS Page 13 of 13 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.l.c — Restraints included in price bid 1.2.A.2.c — Restraints included in price bid 1.3 — Added definitions of gland types for clarity 12/20/2012 D. Johnson 2.2•13.5 — Removed unrestrained push -on and mechanical joints 2.2.13.6, 7, 8, and 9 — Added reference to Section 33 05 10 and 33 04 10; removed material specifications for bolts, nuts and gaskets. 3.4 — Requirement for all mechanical and push -on joints to be restrained 3.4.1) — Corrected reference 9/20/2017 W. Norwood 2.2.B.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 East Powell Avenue Improvements City Project# 102692 331210-1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 17 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new "Water Service" complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 331210-2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 17 4) Corporation stop 5) Curb stop 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Meter Box and Lid 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement 1) Measurement for this Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 331210-3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 17 b. Payment 1) The work performed in conjunction with relocation of the meter, associated private service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service, Reconnection" installed for: a) Various size of services c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro -mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 4. Private Water Service Relocation a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Water Service" performed for: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 4) Private service line 5) Fittings 6) Backflow preventer, check valve, and isolation valve relocation, if applicable 7) Connection to existing private service line 8) Pavement removal and replacement 9) Excavation 10) Hauling CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 331210-4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 17 11) Disposal of excess material 12) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes. e. C 131, Standard Specification for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. £ C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 331210-5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 17 h. C857 (RL), Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures i. D883, Standard Terminology Relating to Plastics. j. D1693, Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics 3. American Water Works Association (AWWA): a. C700, Cold -Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 6. General Services Administration (GSA): a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 331210-6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 331210-7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 17 a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 3/4 inch per foot or 0.1458 inch per inch f 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there -through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 '/2 -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 331210-8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 17 Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter -clockwise. e. Overall Length 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1/32 inch + 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal rings backed with O-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double O-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 331210-9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 17 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Shall be double straps 4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 5) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that'/2 inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 1/2-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 17 1) Key with 0-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an 0-ring seat or a uniform flat drop -in flange gasket surface. 4) Drop -in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to 1'/2 -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) 0-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop -in gasket or an 0-ring seal depending on the manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of: 1) Polymer, black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 331210-11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 17 h) Not to be installed in roadway — designed to withstand loading in non - deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2" x 3-1/4". e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-inch or 1-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not less than 10 inches x 16 inches, 12 inches high 3) Concrete a) Size: working area not less than 10-inches x 16-inches, 12 inches high f. 2-inch Standard Meter Box (Class C) 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches high g. Bullhead Standard Meter Box (Class B) 1) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth `Molly' logo molded into the lid. 3) Bear the Manufacturer's IS (name or logo) and Country of Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread -plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end -point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8" deep. 11) Have built-in anti -flotation devices. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 17 b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of f 1/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary f5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall : a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. (2) Be designed to fit a concrete box/cast iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a `knock -out" plug to accept the AMI end- point. Knock -out diameter shall be 1-7/8 inch diameter. A removable plug may be substituted for the knock -out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (8) Exterior free from seams or parting lines. (9) Have a molded tread -pattern- tread dimensions shall be .188-inch x .938-inch x .150-inch deep. (10) Have "City of Fort Worth" molded into the lid. (11) Have "Water Meter" molded into the lid- Font shall be standard Fadal CNC font with 1-inch characters x .150-inch deep. (12) Have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. (13) Have 2 pieces of %-inch rebar located in lid pockets for locatability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only -Made in USA molded on Lid. c) Not to be installed in roadway or parking area d) Be designed to withstand H-10 loading for non -deliberate and incidental traffic only as . e) Have ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid (Class A) CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 17 a) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-inch or 1-inch meter Single or Dual service meter. b) Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid (Class C) a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid (Class B) a) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or I - inch Single service meter: b) Size: 16-5/8-inch x 14-5/8-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip I %-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 17 Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer's name b. Type c. Size of Pipe PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 3/4-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 331210-15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 17 d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter'/z inch to 1/4 inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 33 12 10 - 16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 17 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 33 12 10 - 17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 17 Revision Log DATE NAME SUMMARY OF CHANGE Added Blue Text for clarification 1.2 A. — Revision to items included in price bid Specification modified to be in accordance with the Reduction of Lead in Drinking 12/20/2012 D. Johnson Water Act — All materials shall be lead free in accordance with this Act. 1.2.A.3 — Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.13. — added certification submittals for compliance with regulatory requirements Added the phrase `, including grass' to lines; Part 1, 1.2.A.I.e.14, Partl, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.11, 2/13/2013 F. Griffin Partl, 1.2.A.4.c.11 Added the phrase `and replacement' to line Part 1,1.2.A.4.c.7 Revised lines with `including grass' replacing with `excluding grass (seeding, 4/26/2013 F. Griffin sodding or hydromulching paid separately)' Included in Part 1, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11; Part 1, 1.2, A, 4, 2, 11 6/19/2013 D. Johnson 1.2.A.4.c — Addition of private water service appurtenances relocation to being included in the linear foot price of private water services 11/21/2016 W. Norwood Require meter box suitable for AMI meter. 2.2,C, 11 & 2.2,C,12 11/21/2016 W. Norwood Require service saddle with double straps. 2.2,C,9,b 2/14/17 W. Norwood 2.2, C, 9.a.3 Remove table "Fit Contour of pipe..." 2/14/17 W. Norwood 3.4, C, l.d.(2) Remove nylon sleeve inserts, require cc threads. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 14, 2017 331225-1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 — Location of Existing Utilities 6. Section 33 1105 — Bolts, Nuts, and Gaskets 7. Section 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 6, 2013 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 6, 2013 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. £ A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low - and Intermediate -Tensile Strength. g. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. h. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. C115A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron Threaded Flanges. 6. NSF International (NSF): a. 61, Drinking Water System Components — Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation Meetings 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 6, 2013 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. Ili the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions, weights, material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 6, 2013 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 6, 2013 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B 16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 4. Gaskets a. Provide gaskets in accordance with Section 33 1105. 5. Test Plug a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfill trench for the exploratory excavation in accordance with 3305 10. 2. Verify that all equipment and materials are available on —site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 6, 2013 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If any discharge of chlorinated water occurs, discharged water shall be de - chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. I I . Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re -pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 6, 2013 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•C.3 and 4 — Added reference to Section 33 1105 and removed bolt, nut and gasket material specification 2/6/2013 D. Townsend 3.4.13.4 Modified to refer to Section 33 04040 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised February 6, 2013 SECTION 33 12 40 FIRE HYDRANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 331240-1 FIRE HYDRANTS Page 1 of 7 1. Dry -barrel fire hydrants with 5'/4-inch main valve for use with potable water mains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Section 33 11 10 — Ductile Iron Pipe 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 14 — Buried Steel Pipe and Fittings 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the each hydrant, complete in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit prices bid per each "Fire Hydrant" installed. 3. The price bid shall include: a. Furnishing and installing Fire Hydrants with appurtenances as specified in the Drawings b. Dry -Barrel Fire Hydrant assembly from base to operating nut c. Extension barrel and stem d. Adjusting hydrant to the appropriate height e. Painting f. Pavement Removal g. Excavation h. Freight, loading, unloading and handling I. Disposal of excess material j. Furnish, placement and compaction of embedment k. Furnish, placement and compaction of backfill 1. Blocking, Braces and Rest m. Clean up CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 3, 2014 33 12 40 - 2 FIRE HYDRANTS Page 2 of 7 n. Disinfection o. Testing 1.3 REFERENCES A. Definitions 1. Base: The lateral connection to the fire hydrant lead; also called a shoe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association (AWWA): a. C502, Dry -Barrel Fire Hydrants b. Manual of Water Supply Practices M17 (AWWA Manual M17) —Installation, Field Testing, and Maintenance of Fire Hydrants 3. NSF International a. 61, Drinking Water System Components —Health Effects 4. National Fire Protection Association (NFPA) a. 1963, Standard for Fire Hose Connections 5. Underwriters Laboratories, Inc. (UL) a. 246, Hydrants for Fire -Protection Service 6. Factory Mutual (FM) a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for Private Fire Service 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Dry -Barrel Fire Hydrant stating: a. Main valve opening size b. Nozzle arrangement and sizes c. Operating nut size d. Operating nut operating direction e. Working pressure rating f. Component assembly and materials g. Coatings and Finishes 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 3, 2014 331240-3 FIRE HYDRANTS Page 3 of 7 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and FM 1510. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and AWWA Manual M17. 2. Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 7. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 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 Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar service and size. B. Description 1. Regulatory Requirements a. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 3, 2014 33 12 40 - 4 FIRE HYDRANTS Page 4 of 7 b. All Dry -Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) 7/8 inch at the top 2) Open by turning the operating nut to the right (clockwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 5'/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) Hose nozzles (1) 2 x 21/2-inch (nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non -corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AWWA C502. 2. Dry -Barrel Fire Hydrant Assembly a. Internal parts 1) Threads CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 3, 2014 331240-5 FIRE HYDRANTS Page 5 of 7 a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. 2) Stem a) Stem Nuts (1) Provide bronze stem nuts. (a) Grades per AWWA C502 b) Where needed, stem shall be grooved and sealed with 0-rings. 3. Provide crushed rock for placement around base conforming to Section 33 05 10. F. Finishes 1. Primer Materials a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502. 2. Finish Materials a. Dry -Barrel Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant assembly components in accordance with AWWA C502. (2) Coating shall be Flynt Aluminum Paint in Silver. b) Below grade (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant assembly components in accordance with AWWA C502. 2) Interior a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance with AWWA C502 2.3 ACCESSORIES A. Polyethylene Encasement 1. Provide polyethylene encasement in accordance with Section 33 11 10. B. Embedment 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with AWWA C502. B. Markings 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with AWWA C502. PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 3, 2014 331240-6 FIRE HYDRANTS Page 6 of 7 1. Install in accordance with AWWA Manual of Water Supply Practice M17, manufacturer's recommendations and as shown on the Drawings. 2. Provide vertical installation with braces, rest and blocking in accordance with City Standard Details. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entering the fire hydrant. 5. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accordance with AWWA Manual of Water Supply Practice M17, to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a minimum of 1 foot on all sides of the fire hydrant base. 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. b. Fittings may be used along fire lead line to ensure minimum and maximum cover requirements are met. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD CONTROL A. Field Inspections 1. The Dry -Barrel Fire Hydrant and assembly shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 2. City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant, to ensure that the fire hydrant was installed in accordance with AWWA Manual of Water Supply Practice MIT This includes but is not limited to: a. Operation of Nozzles and operating nut are not obstructed. b. Drain valve is not obstructed or plugged 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the water line it's connected to is put in service. B. Non -Conforming Work 1. If access and operation of the Dry -Barrel Fire Hydrant or its appurtenances do not meet the criteria of the AWWA Manual of Water Supply Practice M17, the Contractor will remedy the situation criteria, at the Contractor's expense. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised January 3, 2014 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 3.14 ATTACHMENTS DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 331240-7 FIRE HYDRANTS Page 7 of 7 2.2.F.2.a.1).a).(2) Added paint manufacturer specification 12/20/2012 D. Johnson 2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act (P.L. 111-380) — All material s to be lead-free in accordance with this act. 11/27/2013 D. Townsend Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1, 2.2.B.l.c, 2.4.B.2 H.R. 3588 (P.L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act (P.L. 111-380) requirement for fire hydrant. All previous revisions related to "lead-free" requirement are now deleted including those revisions 1/3/2014 D. Townsend made 11/27/2013, those being: Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.B.7, 1.63.1, 2.2.B.l.c, 2.4.13.2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 East Powell Avenue Improvements City Project# 102692 SECTION 33 3112 CURED IN PLACE PIPE (CIPP) PART1- GENERAL 1.1 SUMMARY A. Section Includes: 333112-1 CURED IN PLACE PIPE (CIPP) Page 1 of 7 1. Cured in Place Pipe (CIPP) 6-inch through 60-inch for gravity sanitary sewer rehabilitation 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 0131 — Closed Circuit Television (CCTV) Inspection 5. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 6. Section 33 04 50 — Cleaning of Sewer Mains 7. Section 33 3150 — Sanitary Sewer Service Connections and Service Line A. Measurement and Payment 1. Cured in Place Pipe (CIPP) a. Measurement 1) Measured horizontally along the surface from center line to center line of the manhole or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "CIPP" installed for: a) Various sizes c. The price bid shall include: 1) Mobilization 2) Furnishing and installing CIPP as specified by the Drawings 3) Hauling 4) Disposal of excess material 5) Clean-up 6) Cleaning 7) Testing 2. Service Reconnection, CIPP a. Measurement 1) Measurement for this Item shall be per each service reconnected. b. Payment CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 3331 12 - 2 CURED IN PLACE PIPE (CIPP) Page 2 of 7 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 "Service Reconnection, CIPP". c. The price bid shall include: 1) Mobilization 2) Furnishing and installing CIPP as specified by the Drawings 3) Hauling 4) Disposal of excess material 5) Clean-up 6) Cleaning 7) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D5813, Standard Specification for Cured -In -Place Thermosetting Resin Sewer Piping Systems. b. F1216, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube. c. F1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled -in -Place Installation of Cured -in -Place Thermosetting Resin Pipe (CIPP). 4. International Organization for Standardization (ISO): a. 9000, Quality Management System - Fundamentals and Vocabulary. 5. Occupational Safety and Health Administration (OSHA). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Flexible Liner (tube) a. Tabular summary by sewer segment noting required CIPP thickness per section 2. Resin a. Technical data sheet showing physical and chemical properties b. Test results of chemical resisting testing performed by resin manufacturer B. Shop Drawings 1. Provide calculations to support CIPP design thickness after curing. List the following criteria used for the calculations: a. Assumed host pipe condition CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 333112-3 CURED IN PLACE PIPE (CIPP) Page 3 of 7 b. Ground water table elevation c. Depth of cover at deepest location d. Modulus of soil stiffness e. Long term modulus of elasticity f. Live loading g. Factor of safety against buckling h. Assumed pipe ovality C. Certificates 1. Furnish an affidavit certifying that all CIPP meets the provisions of this Section and meets the requirements of above referenced ASTM standards. D. Source Quality Control Submittals 1. Manufacturer to provide third party test results supporting the long term performance and structural strength of the pipe being manufactured 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturing and Installation a. Finished pipe shall be the product of 1 manufacturer. b. Liner manufacturing operations shall be performed at 1 location. c. The pipe manufacturer shall: 1) Have performed a minimum of 50,000 feet of successful installation in the United States 2. All pipe furnished and installed shall be in conformance with and ASTM F 1216 (6- inch through 60-inch). B. Certifications Manufacturing and Installation a. Operate pipe manufacturing and installation under a quality management system certified by third party ISO 9000. Provide proof of certification upon request. b. If Installer is different company than Manufacturer, then installer must provide certification from the manufacturer that he/she is licensed and fully trained as an installer of the product upon request. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Follow manufacturer's recommendation on all storage and handling requirements. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 3331 12 - 4 CURED IN PLACE PIPE (CIPP) Page 4 of 7 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. General 1. All pipe furnished and installed shall be in conformance with and ASTM F 1216 (6- inch through 60-inch). B. Manufacturer and Installers 1. Only the Manufacturer/Installers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The Manufacturer/Installer 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. C. Performance / Design Criteria Liner (tube) a. Design liner for a 50-year service life under continuous loading conditions. b. Consider no bonding to the original pipe wall. c. Base design on a fully deteriorated host pipe condition as defined in ASTM F1216. d. Calculate wall thickness per ASTM F 1216 Appendix X 1. 1) Assume the following values for the design: a) Safety Factor (N) = 2.0 b) Ovality (C) = 5 percent c) Enhancement Factor (K) = 7.0 d) Groundwater Depth (HW) = per Drawings, feet e) Soil Depth (H) = per Drawings, feet f) Soil Modulus (E') = 1,000, psi g) Soil Density (w) = 130 pounds per cubic foot h) Live Load = ASSHTO HS 20 2) The minimum allowable wall thickness for fiberglass liner is 2.8 millimeters and can be increased as necessary to meet ASTM F1216 Appendix X1 design formula. 3) The minimum allowable wall thickness for felt liner is 6.0 millimeters and can be increased as necessary to meet ASTM F1216 Appendix X1 design formula. 4) Fiberglass or felt products below the stated minimum wall thickness will not be allowed under any circumstances. D. Materials 1. Liner (tube) a. The liner consists of absorbent non -woven felt or seamless spirally wound glass fiber. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 3331 12 - 5 CURED IN PLACE PIPE (CIPP) Page 5 of 7 b. Construct liner to withstand installation pressures, have sufficient strength to bridge missing pipe and stretch to fit irregular pipe sections. c. The wet out liner shall have a relatively uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design CIPP wall thickness. d. Manufacture liner to a size that when installed will tightly fit the internal circumference and length of the original pipe. Make allowance for circumferential stretching during construction. e. Manufacture to length necessary to fully span the distance between manholes. Include sufficient amount of material for sealing at manholes and product sample, if required. f. The wall color of the interior pipe surface of CIPP after installation shall be a light reflective color so that a clear, detailed examination with CCTV inspection per Section 33 0131 can be made. 2. Resin a. The resin system will be manufactured by an approved company selected by the CIPP liner manufacturer. Provide documentation of approval, if requested. b. The resin system shall be corrosion resistant polyester or vinyl ester system including all required catalysts and initiators that create a composite that satisfies the requirements of ASTM F1216, ASTM D5813 and ASTM F1743. c. The resin used shall produce a proper CIPP system, which will be resistant to abrasion caused by solid, grit or sand. 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] A. Inspection 1. Prior to installation, conduct an inspection of the existing pipe identified for rehabilitation along with the surrounding job site conditions. 2. Complete a Pre -CCTV inspection per Section 33 01 31. 3. Observe flows at different times of the date to determine or verify flow conditions in preparation for bypass pumping. 4. Verify accessibility conditions and coordinate with city regarding easement access and limitations. 5. Confirm full circumference of the host pipe prior to lining to ensure the pipe can be rehabilitated without compromising the CIPP system. B. Host Pipe Preparation 1. Clean the pipe per Section 33 04 50. 2. Inspect pipe as required by this Specification. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 333112-6 CURED IN PLACE PIPE (CIPP) Page 6 of 7 3. Prepare for bypass pumping per Section 33 03 10. C. Liner (tube) Preparation 1. Resin Impregnation a. Impregnate the liner in a saturation facility where the environment can be consistently controlled. b. Use sufficient quantity of resin to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the potential loss of resin during installation through cracks and irregularities in the original pipe wall. c. Vacuum impregnate the resin utilizing a motorized pinch roller to set proper thickness. 2. If transported to the site, refrigerate as necessary to maintain stable environment for the impregnated liner. A. Safety 1. Carry out operation in accordance with all OSHA and manufacturer's safety requirements including, but not limited to, safety requirements involving confined space entry. B. Liner installation 1. The impregnated liner can be placed in the pipe by either direct inversion or the pull in place method. 2. Follow ASTM F 1216 Specification for direct inversion installation. 3. Follow ASTM F 1743 Specification for pulled in place installation. 4. The finished CIPP should be continuous over the entire length of the run and be smooth and free from substantial wrinkles, as well as defects and improper service connections. C. Curing 1. Curing of the CIPP may be done by water, steam or Ultra Violet (UV) light source, depending on the liner type and resin. Each method must follow the recommendation of the manufacturer. 2. Place a sufficient amount of temperature and/or monitoring gauges within the system to insure curing throughout the liner is consistent and uniform. A minimum of 2 gauges is required, 1 at each end of the liner. 3. Upon completion of the curing process provide the City with the monitoring data. D. Reinstatement of lateral connections 1. After the liner pipe is cured in place have the lateral connections reinstated within 18 hours. 2. Reinstate the service by cutting the liner from the inside of the pipe. For small diameter pipe a remote operated cutting device may be used. For larger pipe the liner may be cut by hand. 3. An internal cut is considered acceptable if the bottom 1/3 of the opening matches the existing tap invert, there are no jagged edges and a minimum of 95 percent of the tap opening is restored. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 333112-7 CURED IN PLACE PIPE (CIPP) Page 7 of 7 4. Blind holes, over cutting and holes that miss the tap must be repaired to the satisfaction of the City. 5. If additional work is required to restore the lateral connection outside of the pipe follow the requirements of Section 33 3150. 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. Closed Circuit Television (CCTV) Inspection a. Perform a Pre -CCTV and a Post -CCTV Inspection in accordance with Section 33 01 31. 2. The inspection must be completed and the quality of installation must be acceptable to the City prior to restoring services. 3. If the CIPP is deemed unacceptable by the City, provide a method of repair or replacement for review and approval by the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised December 20, 2012 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 0131 — 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 of backfill CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 9, 2022 33 31 20 - 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 I, Chapter 217, Subchapter C, Rule 217.57 — Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5. Cell classification 6. Laying lengths B. Certificates CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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. £ PVC meeting the requirements of ASTM D1784, with a cell classification of 12454 or 12364 g. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) = 1.0 f) Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 01 31. 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised September 9, 2022 33 31 50 - 1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 9 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 24 1. New Sewer Service 25 a. Measurement 26 1) Measurement for this Item shall be per each "Sewer Service" complete in 27 place. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each "Sewer Service" installed for: 31 a) Various sizes 32 c. The price bid shall include: 33 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 34 the Drawings 35 2) Pavement removal 36 3) Excavation 37 4) Hauling 38 5) Disposal of excess material 39 6) Tee connection to main 40 7) Fittings 41 8) 2-way cleanout and cap with concrete pad CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 9 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 of backfill 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 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service Line 8) Fittings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 East Powell Avenue Improvements City Project# 102692 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 333150-3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 9 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 5) Excavation 6) Hauling 7) Disposal of excess material 8) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 East Powell Avenue Improvements City Project# 102692 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 - 4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 9 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 10) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro - mulch paid separately)references B. Definitions 1. New Service a. New service applies to the installation of a service with connection to a new or existing sewer main. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 East Powell Avenue Improvements City Project# 102692 333150-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 9 1 b. The service materials would include service line, fittings and cleanout. 2 2. Bored Service 3 a. Bored service applies to the installation of a service with connection to a new or 4 existing sewer main including a bore under an existing road. 5 b. The service materials would include service line, fittings and cleanout. 6 3. Private Service Relocation 7 a. Private service relocation applies to the replacement of the existing sewer 8 service line on private property typically associated with the relocation of the 9 existing main. 10 b. Typical main relocation will be from a rear lot easement or alley to the street. 11 4. Service Reinstatement 12 a. Service reinstatement applies to the reconnection of an existing service to an 13 existing main that has been rehabilitated by trenchless methods such as pipe 14 enlargement (pipe bursting), slip lining or CIPP. 15 C. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. ASTM International (ASTM): 20 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 21 (PVC) Sewer Pipe and Fittings 22 b. ASTM D 178 5 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic 23 Pipe, Schedules 40, 80 and 120. 24 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 25 Pipe for Sewers and Other Gravity -Flow Applications 26 d. ASTM D2412 Standard Test Method for Determination of External Loading 27 Characteristics of Plastic Pipe by Parallel -Plate Loading 28 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 29 Pipes Using Flexible Elastomeric Seals 30 3. Texas Commission on Environmental Quality 31 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 —Criteria for Laying 32 Pipe and Rule 33 b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 — Manholes and Related 34 Structures 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Scheduling 37 1. Provide advance notice for service interruption to property owner and meet 38 requirements of Division 0. 39 1.4 SUBMITTALS 40 A. Submittals shall be in accordance with Section 0133 00. 41 B. All submittals shall be approved by the City prior to delivery. 42 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 43 A. Product data shall include, if applicable: 44 1. Tee connection or saddle CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 26, 2013 333150-6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 9 1 2. Fittings (including type of cleanout) 2 3. Service line 3 B. Certificates 4 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 5 this Section. 6 1.6 CLOSEOUT SUBMITTALS [NOT USED] 7 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.8 QUALITY ASSURANCE [NOT USED] 9 1.9 DELIVERY, STORAGE, AND HANDLING 10 A. Storage and Handling Requirements 11 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 12 guidelines. 13 2. Protect all parts such that no damage or deterioration will occur during a prolonged 14 delay from the time of shipment until installation is completed and the units and 15 equipment are ready for operation. 16 3. Protect all equipment and parts against any damage during a prolonged period at the 17 site. 18 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 19 extremes in temperature. 20 5. Secure and maintain a location to store the material in accordance with Section 01 21 6600. 22 1.10 FIELD [SITE] CONDITIONS [NOT USED] 23 1.11 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 3. The services and appurtenances shall be new and the product of a manufacturer 34 regularly engaged in the manufacturing of services and appurtenances having 35 similar service and size. 36 B. Materials/Design Criteria 37 1. Service Line and Fittings (including tee connections) CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 26, 2013 333150-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 9 1 a. PVC pipe and fittings on public property shall be in accordance with Section 33 2 3120. 3 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 4 with ASTM D1785. 5 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 6 with Section 33 11 10 and Section 33 11 11. 7 2. Service saddle 8 a. Service saddles shall only be allowed when connecting a new service to an 9 existing sanitary sewer main and shall: 10 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with 11 neoprene gasket for seal against main 12 2) Use saddle to fit outside diameter of main 13 3) Use saddle with grooves to retain band clamps 14 4) Use at least 2 stainless steel band clamps for securing saddles to the main 15 b. Inserta tees service connections may not be used. 16 3. Cleanout 17 a. Cleanout stack material should be in accordance with City Standard Details or 18 as shown on Drawings. 19 b. For paved areas, provide a cast iron cleanout and cast iron lid. 20 c. For unpaved areas, provide PVC cleanout and polyethylene lid. 21 4. Coupling 22 a. For connections between new PVC pipe stub out and existing service line, use 23 rubber sleeve couplings with stainless steel double -band repair sleeves to 24 connect to the line. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 3.1 INSTALLERS 29 A. A licensed plumber is required for installations of the service line on private property. 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General 34 1. Install service line, fittings and cleanout as specified herein, as specified in Section 35 33 05 10 and in accordance with the pipe manufacturer's recommendations. 36 B. Handling 37 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle 38 with care to avoid damage. 39 a. Inspect each segment of service line and reject or repair any damaged pipe 40 prior to lowering into the trench. 41 2. Do not handle the pipe in such a way that will damage the pipe. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 26, 2013 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 333150-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 9 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. d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the building cleanout and compare to data on the Drawings before beginning service installation. e. Submit elevation information to the City inspector. £ Verify that the 2 percent slope installation requirement can be met. 1) If the 2 percent slope cannot be met, verify with the Engineer that line may be installed at the lesser slope. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 East Powell Avenue Improvements City Project# 102692 333150-9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 9 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION 3 A. Service Relocation 4 1. All relocations that are not installed as designed or fail to meet the City code shall 5 be reinstalled at the Contractor's expense. 6 3.7 FIELD QUALITY CONTROL 7 A. Inspections 8 1. Private property service line requires approval by the City plumbing inspector 9 before final acceptance. 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 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 Added the phrase `- surface restoration, including grass' to lines; 2/13/2013 F. Griffin Part 1, 1.2.A.4.c.11, Part 1, 1.2.A.7.10 Removed the phrase `surrounding 2-way cleanout' from lines; Part 1, 1.2.A.1.c.9, Part 1, 1.2.A.2.c.9, Part 1, 1.2.A.6.c.4 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 19 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 26, 2013 333910-1 CAST -IN -PLACE CONCRETE MANHOLE Page 1 of 7 1 SECTION 33 39 10 2 CAST -IN -PLACE CONCRETE MANHOLE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer Cast -in -Place Concrete Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 03 30 00 — Cast -In -Place Concrete 14 4. Section 03 80 00 — Modifications to Existing Concrete Structures 15 5. Section 33 0130 — Sewer and Manhole Testing 16 6. Section 33 05 13 — Frame, Cover, and Grade Rings 17 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 18 8. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 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 "Manhole" installed for: 27 a) Various sizes 28 b) Various types 29 c. The price bid will include: 30 1) Manhole structure complete in place 31 2) Excavation 32 3) Forms 33 4) Concrete 34 5) Backfill (except where import CSS/CLSM is required around 35 manhole/junction box in construction drawings) 36 6) Foundation 37 7) Drop pipe 38 8) Stubs 39 9) Frame 40 10) Cover CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692] Revised December 13, 2024 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 333910-2 CAST -IN -PLACE CONCRETE MANHOLE Page 2 of 7 11) Grade rings 12) Pipe connections 13) Pavement removal 14) Hauling 15) Disposal of excess material 16) Placement and compaction of backfill 17) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 3. Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Sewer Junction Structure" location. c. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project# 102692] 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 333910-3 CAST -IN -PLACE CONCRETE MANHOLE Page 3 of 7 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 4. Imported EmbedmentBackfill - CSS/CLSM a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported CSS/CLSM backfill around manholes/junction boxes shall be paid when the following conditions exist: a) When depths are 15 feet and greater/under existing or future pavement b) When working in redevelopment areas where work is required in constrained spaces c) When required in the Construction Drawings The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported EmbedmentBackfill, CSS" or "Imported Embedment/Backfill, CLSM" for material placed in areas around manholes/junction boxes. 32 1.3 REFERENCES 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection (s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe d. Shallow Manhole (See City Standard Details) 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project# 102692] 333910-4 CAST -IN -PLACE CONCRETE MANHOLE Page 4 of 7 1 1) Used with pipe ranging from 18-inch to 36-inch 2 c. See specific manhole design on Drawings for pipes larger than 36-inch. 3 B. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification, unless a date is specifically cited. 7 2. ASTM International (ASTM): 8 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 9 b. D4259, Standard Practice for Preparation if Concrete Abrasion Prior to Coating 10 Application. 11 c. ASTM D8530/D8530M Standard Guide for the Selection and Use of 12 Waterstops 13 3. OSHA 14 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 15 Regulations for Construction, Subpart P - Excavations 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 SUBMITTALS 18 A. Submittals shall be in accordance with Section 0133 00. 19 B. All submittals shall be approved by the City prior to delivery. 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 21 A. Product Data 22 1. Drop connection materials 23 2. Pipe connections at manhole walls 24 3. Stubs and stub plugs 25 4. Admixtures 26 5. Concrete Mix Design 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS 34 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 35 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 36 A. Manufacturers CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692] Revised December 13, 2024 333910-5 CAST -IN -PLACE CONCRETE MANHOLE Page 5 of 7 1 1. Only the manufacturers as listed on the City's Standard Products List will be 2 considered as shown in Section 0160 00. 3 a. The manufacturer must comply with this Specification and related Sections. 4 2. Any product that is not listed on the Standard Products List is considered a 5 substitution and shall be submitted in accordance with Section 0125 00. 6 B. Materials 7 1. Concrete — Conform to Section 03 30 00. 8 2. Reinforcing Steel — Conform to Section 03 2100. 9 3. Frame and Cover — Conform to Section 33 05 13. 10 4. Grade Ring — Conform to Section 33 05 13. 11 5. Backfill — CSS/CLSM (when required in construction Drawings) — Conform to 12 Section 33 05 10. 13 6. Pipe Connections 14 a. Pipe connections can be premolded pipe adapter, flexible locked -in boot 15 adapter, or integrally cast gasket channel and gasket. 16 7. Interior Coating or Liner — Conform to Section 33 39 60, if required. 17 8. Exterior Coating 18 a. Use Coal Tar Bitumastic for below grade damp proofing. 19 b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. 20 c. Solids content is 68 percent by volume ± 2 percent. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION 26 A. Evaluation and Assessment 27 1. Verify lines and grades are in accordance to the Drawings. 28 3.3 PREPARATION 29 A. Foundation Preparation 30 1. Excavate 8 inches below manhole foundation. 31 2. Replace excavated soil with course aggregate, creating a stable base for the 32 manhole construction. 33 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 34 mud slab may be substituted. 35 3.4 INSTALLATION 36 A. Manhole 37 1. Construct manhole to dimensions shown on Drawings. 38 2. Cast manhole foundation and wall monolithically. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692] Revised December 13, 2024 333910-6 CAST -IN -PLACE CONCRETE MANHOLE Page 6 of 7 1 a. A cold joint with water stopper ASTM D8530/1)8530M is allowed when the 2 manhole depth exceeds 12 feet. 3 b. No other joints are allowed unless shown on Drawings. 4 3. Place, finish and cure concrete according to Section 03 30 00. 5 a. Manholes must cure 3 days before backfilling around structure. 6 B. Pipe connection at Manhole 7 1. Do not construct joints of sewer pipe within wall sections of manhole. 8 C. Invert 9 1. Construct invert channels to provide a smooth waterway with no disruption of flow 10 at pipe -manhole connections. 11 2. For direction changes of mains, construct channels tangent to mains with maximum 12 possible radius of curvature. 13 a. Provide curves for side inlets. 14 3. Sewer pipe may be laid through the manhole and the top %2 of the pipe removed to 15 facilitate manhole construction. 16 4. For all standard manholes provide full depth invert. 17 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 18 inches in depth. 19 D. Drop Manhole Connection 20 1. Install drop connection when sewer line enters manhole higher than 24 inches 21 above the invert. 22 E. Final Rim Elevation 23 1. Install concrete grade rings for height adjustment. 24 a. Construct grade ring on load bearing shoulder of manhole. 25 b. Use sealant between rings as shown on Drawings. 26 2. Set frame on top of manhole or grade rings using continuous water sealant. 27 3. Remove debris, stones and dirt to ensure a watertight seal. 28 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 29 final surface elevation of the manhole frame. 30 F. Internal coating 31 1. Internal coating application will conform to Section 33 39 60, if required by 32 Drawings. 33 G. External coating 34 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 35 the coating. 36 2. Cure for 3 days before backfilling around structure. 37 3. Coat the same date the forms are removed. 38 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 39 5. Application will follow manufacturer's recommendation. 40 H. Modifications and Pipe Penetrations 41 1. Conform to Section 03 80 00. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692] Revised December 13, 2024 333910-7 CAST -IN -PLACE CONCRETE MANHOLE Page 7 of 7 1 L Junction Structures 2 1. All structures shall be installed as specified in Drawings. 3 3.5 REPAIR / RESTORATION [NOT USED] 4 3.6 RE -INSTALLATION [NOT USED] 5 3.7 FIELD QUALITY CONTROL 6 A. Field Tests and Inspections 7 1. Perform vacuum test in accordance with Section 33 Ol 30. 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A. I.e. — reinforcing steel removed from items to be included in price bid 1.1 C. —Referenced 33 05 10 1.3. B. — Updated reference standards 1.2 A. — Revised to add pay item when imported CSS/SLSM is required in 12/13/2024 M Owen Construction Drawings 2.2 B. — Referenced 33 05 10 for import CSS/CLSM material if required in Construction Drawings 3.4 A.2.a. — Clarified ASTM reference 17 CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692] Revised December 13, 2024 33 39 20 - 1 PRECAST CONCRETE MANHOLE Page 1 of 7 1 SECTION 33 39 20 2 PRECAST CONCRETE MANHOLE 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. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast 8 Concrete Manholes 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 03 30 00 — Cast -in -Place Concrete 16 4. Section 03 80 00 — Modifications to Existing Concrete Structures 17 5. Section 33 0130 — Sewer and Manhole Testing 18 6. Section 33 05 13 — Frame, Cover, and Grade Rings 19 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 20 8. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 21 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Manhole 25 a. Measurement 26 1) Measurement for this Item shall be per each concrete manhole installed. 27 b. Payment 28 1) The work performed and the materials furnished in accordance with this 29 Item shall be paid for at the unit price bid per each "Manhole" installed for: 30 a) Various sizes 31 b) Various types 32 c. The price bid will include: 33 1) Manhole structure complete in place 34 2) Excavation 35 3) Forms 36 4) Reinforcing steel (if required) 37 5) Concrete 38 6) Backfill (except where imported CSS/CLSM is required around manhole in 39 construction drawings) 40 7) Foundation CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 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 39 20 - 2 PRECAST CONCRETE MANHOLE Page 2 of 7 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 3. Imported EmbedmentBackfill - CSS/CLSM a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported CSS/CLSM backfill around manholes/junction boxes shall be paid when the following conditions exist: a) When depths are 15 feet and greater/under existing or future pavement b) When working in redevelopment areas where work is required in constrained spaces CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 7 c) When required in the Construction Drawings 2 3 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 cubic yard of "Imported EmbedmentBackfill, CSS" or 6 "Imported Embedment/Backfill, CLSM" for material placed in areas 7 around manholes/junction boxes. 8 9 1.3 REFERENCES 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 A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole (See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using Rubber Gaskets b. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. c. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective Coatings for Metal e. D 1227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 13, 2024 East Powell Avenue Improvements City Project No 102692 33 39 20 - 4 PRECAST CONCRETE MANHOLE Page 4 of 7 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. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Precast Concrete Manhole 8 2. Drop connection materials 9 3. Pipe connections at manhole walls 10 4. Stubs and stub plugs 11 5. Admixtures 12 6. Concrete Mix Design 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 A. Manufacturer Warranty 20 1. Manufacturer's Warranty shall be in accordance with Division 1. 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 24 A. Manufacturers 25 1. Only the manufacturers as listed on the City's Standard Products List will be 26 considered as shown in Section 0160 00. 27 a. The manufacturer must comply with this Specification and related Sections. 28 2. Any product that is not listed on the Standard Products List is considered a 29 substitution and shall be submitted in accordance with Section 0125 00. 30 B. Materials 31 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 32 2. Precast Joints 33 a. Provide gasketed joints in accordance with ASTM C443. 34 b. Minimize number of segments. 35 c. Use long joints at the bottom and shorter joints toward the top. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 7 1 d. Include manufacturer's stamp on each section. 2 3. Lifting Devices 3 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 4 1) If lift lugs are provided, place 180 degrees apart. 5 2) If lift holes are provided, place 180 degrees apart and grout during manhole 6 installation. 7 4. Frame and Cover — Conform to Section 33 05 13. 8 5. Backfill — CSS/CLSM (when required in construction Drawings) — Conform to 9 Section 33 05 10. 10 6. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 11 7. Pipe Connections 12 a. Utilize either an integrally cast embedded pipe connector or a boot -type 13 connector installed in a circular block out opening conforming to ASTM C923. 14 8. Steps 15 a. No steps are allowed. 16 9. Interior Coating or Liner — Conform to Section 33 39 60. 17 10. Exterior Coating 18 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 19 Type I and ASTM D1227 Type III Class I. 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 EXAMINATION 25 A. Evaluation and Assessment 26 1. Verify lines and grades are in accordance to the Drawings. 27 3.3 PREPARATION 28 A. Foundation Preparation 29 1. Excavate 8 inches below manhole foundation. 30 2. Replace excavated soil with coarse aggregate; creating a stable base for manhole 31 construction. 32 a. If soil conditions or ground water prevent use of coarse aggregate base a 2-inch 33 mud slab may be substituted. 34 3.4 INSTALLATION 35 A. Manhole 36 1. Construct manhole to dimensions shown on Drawings. 37 2. Precast Sections 38 a. Provide bell -and -spigot design incorporating a premolded joint sealing 39 compound for wastewater use. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 7 1 b. Clean bell spigot and gaskets, lubricate and join. 2 c. Minimize number of segments. 3 d. Use long joints used at the bottom and shorter joints toward the top. 4 B. Invert 5 1. Construct invert channels to provide a smooth waterway with no disruption of flow 6 at pipe -manhole connections. 7 2. For direction changes of mains, construct channels tangent to mains with maximum 8 possible radius of curvature. 9 a. Provide curves for side inlets. 10 3. For all standard manholes provide full depth invert. 11 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 12 inches in depth. 13 C. Drop Manhole Connection 14 1. Install drop connection when sewer line enters manhole higher than 24 inches 15 above the invert. 16 D. Final Rim Elevation 17 1. Install concrete grade rings for height adjustment. 18 a. Construct grade ring on load bearing shoulder of manhole. 19 b. Use sealant between rings as shown on Drawings. 20 2. Set frame on top of manhole or grade rings using continuous water sealant. 21 3. Remove debris, stones and dirt to ensure a watertight seal. 22 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 23 final surface elevation of the manhole frame. 24 E. Internal coating 25 1. Internal coating application will conform to Section 33 39 60, if required by 26 Drawings. 27 F. External coating 28 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 29 the coating. 30 2. Cure manhole for 3 days before backfilling around the structure. 31 3. Application will follow manufacturer's recommendation. 32 G. Modifications and Pipe Penetrations 33 1. Conform to Section 03 80 00. 34 3.5 REPAIR / RESTORATION [NOT USED] 35 3.6 RE -INSTALLATION [NOT USED] 36 3.7 FIELD QUALITY CONTROL 37 A. Field Tests and Inspections 38 1. Perform vacuum test in accordance with Section 33 0130. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 333920-7 PRECAST CONCRETE MANHOLE Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9 1.1.A.I — Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D. Johnson 1.3.13.2 — Modified to include ASTM C443, D1187 and D1227 as references 2.2.13.1-3 — Modified in accordance with new ASTM references 2.2.13.10 — Modified in accordance with new ASTM references 1.1 C. — Referenced 33 05 10 1.2 A. Revised to add pay item when imported CSS/LSM is required in Construction Drawings 12/13/2024 M Owen 1.3 B. — Updated reference standards 2.2 B. — Referenced 33 05 10 for import CSS/CLSM material if required in Construction Drawings 3.3 A. 2. — Corrected typo - coarse CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102692 Revised December 13, 2024 33 39 60 -1 LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 12 1 SECTION 33 39 60 2 LINERS FOR SANITARY SEWER STRUCTURES 3 PART 1 - 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 S IHB by A W. Chesterton 13 Company, is acceptable. 14 3. For sanitary sewer mains 8-inch diameter and smaller, and less than 6-fect 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 shallbe 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 33 39 60 - 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 33 39 60 - 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 Unreinforc ed 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 33 39 60 - 4 LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 12 1 5. Material and method for repair of leaks or cracks in the structure. This 2 applies to repair work on both existing structures, manholes and new installed 3 manholes (including Developer projects) that have been identified with cracks, 4 voids, signs of infiltration, other structural defects or other related 5 construction damage. 6 B. Contractor Data 7 1. Current documentation from coating product manufacturer certifying Contractor's 8 training (and/or licensed) as an approved installer and equipment complies with the 9 Quality 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 Pre qualification Statement, Section 00 4512 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 pre qualification 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 Pre qualification Statement Section 30 00 4512 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 33 39 60 - 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 0132 16 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 33 39 60 - 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-FURNISBED [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 productused 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 S 1HB 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 33 39 60 - 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 D1622) —5 lbs/cu ft minimum 24 3) Shear Strength (per ASTM C273) — 230 psi minimum 25 4) Closed Cell Content (per ASTM D1940) — >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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 33 39 60 - 8 LINERS FOR SANITARY SEWER STRUCTURES Page 8 of 12 1 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, formrelease, 27 curing compounds, efflorescence, sealers, salts or other contaminants which may 28 affect the performance and adhesion of the coating to the substrate. Remove any 29 steps found in the structure. 30 2. Remove concrete and/or mortar 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/NACE No. 6. 36 4. All methods used shall be performed in a manner that provides a uniform, sound, 37 clean, neutralized, surface suitable for the specified coating product. 38 5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed 39 rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 0 9 10 11 12 13 14 15 16 17 18 19 33 39 60 - 9 LINERS FOR SANITARY SEWER STRUCTURES Page 9 of 12 6. After defects in the structure have been identified, seal cracks, repair exposed rebar with new rebar to match existing, repair leaks and cracks with grout or other methods approved by the Manufacturer and the City. All new rebar shall be embedded in 1 %2 inch epoxy mastic. Replace/seal connection between existing frame and chimney if it is found loose or not attached. 7. The repair materials shall be trowel or spray applied by the lining Contractor utilizing proper equipment on to specified surfaces. The equipment shall be specially designed to accurately ratio and apply the specified materials and shall be regularly maintained and in proper working order. The repair mortar and epoxy topcoat must share the same epoxy matrix to ensure a bonded weld. No cementitious repair material, quick setting high strength concrete with latex or curing agent additives, or quick set mortars will be allowed. Proper surface preparation procedures must be followed to ensure adequate bond strength to any surface to be coated. New cement cure time is at least 30 days prior to coating. The repair materials as specified in this Section shall apply to both existing structures and new installed structures. This includes Developer projects, in which new installed structures/manholes have been identified with either cracks, voids, signs of infiltration, other structural defects or other related construction damage. 20 3.4 INSTALLATION 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. General 1. Perform coating after the sewer line replacement/repairs, grade adjustments and grouting are complete. 2. Perform application procedures per recommendations of the coating product manufacturer, including environmental controls, product handling, mixing and applic ation. B. Temperature 1. Only perform application if surface temperature is between 40 and 120 degrees F. 2. Make no application if freezing is expected to occur inside the manhole within 24 hours after application. C. Coating 1. Spray apply per manufacturer's recommendation at a minimum film thickness as noted in Section 2.2.B. 2. Apply coating from bottom of manhole frame to the bench/trough, including the bench/trough. 3. After walls are coated, remove bench covers and spray bench/trough to at least the same thickness as the walls. 4. Apply any topcoat or additional coats within the product's recoat window. a. Additional surface preparation is required if the rec oat window is exceeded. 5. Allow a minimum of 48 hours of cure time or be set hard to touch before reactivating flow. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 33 39 60 -10 LINERS FOR SANITARY SEWER STRUCTURES Page 10 of 12 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 REINSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Each structure willbe visually inspected by the City the same day following the 5 applic ation. 6 B. Groundwater infiltration of the system shallbe zero. 7 C. All pipe connections shallbe 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 anon -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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 33 39 60 -11 LINERS FOR SANITARY SEWER STRUCTURES Page 11of12 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 DATE NAME 09-23-2020 J. Kasavich 5 1 4-21-2021 J. Kasavich 33 39 60 -12 LINERS FOR SANITARY SEWER STRUCTURES Page 12 of 12 END OF SECTION Revision Log SUMMARY OF CHANGE Further clarification on the sizes and types of manholes under Part 1.2. Removal of Raven Lining system and inclusion of SpectraShield and Warren Environmental System 301, and ARC S1HB by A.W. Chesterton Company. Additional source quality control and field quality control test requirements. Added testing forms for Wet Film Thickness, Manhole Holiday/Spark Detection, andManhole Adhesion Test. Providedminor revisions to clarify howtesting is to be recorded and order of testing. CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised April 29, 2021 POST INSTALLATION F1TWTH 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 T DI MH SPHIPHON ENTRY BOX METERING STATION Wet Film Thickness Measurements Wet Film Thickness Gauge per ASTM D4414 at 3 Locations Within the Manhole Two (2) Spaced Equally Apart Along the Wall and One (1) on the Bench Steps: Yes / No Structure Material: " MH Depth: MH Width: Lining Material: Bench: Yes / No Mil (Gauge) 125 / 250 Invert (Sprayed) Yes / *No Comments: *If No, Justify Indicate Measurements on the Diagram A' ---- East Powell Avenue Improvements City Project# 102692 Company Name: Address: Phone #: Cell: Coating Date: Project Name: Contractor: Owner: Thickness of Epoxy Coating: POST INSTALLATION MANHOLE ADHESION TEST FORM Crew Leader: Work: Project #: Location of Structure: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SPHIPHON ENTRY BOX METERING STATION Adhesion Test Results (ASTM D7234) Inspection Date: Inspection Company: Inspector Name: Manhole Depth: Number of Tests: Test Results: Comments: *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. FORT WORTH Indicate test locations on drawing I I --> East Powell Avenue Improvements City Project# 102692 POST INSTALLATION FORT WORTH MANHOLE HOLIDAY/SPARK DETECTION TEST FORM Company Name: Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Coating: Location of Structure: T MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SPHIPHON ENTRY BOX METERING STATION Holiday Detection Test Results (NACE SP0188) Liner Material: Indicate defect locations on drawing Spark Tester Serial #: Voltage Setting: Inspection Date: Inspection Company: Inspector Name: Repair Date: Comments: *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include East Powell Avenue Improvements additional sketches as needed. City Project# 102692 POST INSTALLATION FORT WORTH MANHOLE VACUUM TEST FORM Company Name: Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Indicate Pass/Fail: Location of Structure: Manhole Pour or Placement Date: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX V 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: East Powell Avenue Improvements City Project# 102692 34 71 13 -1 TRAFFIC CONTROL Page 1 of 6 1 SECTION 34 71 13 2 TRAFFIC CONTROL 3 PART 1 - 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 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per month for the Project duration. a) A month is defined as 30 calendar days. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for "Traffic Control". c. The price bid shall include: 1) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 7) Police assistance during peak hours 2. Portable Message Signs a. Measurement 1) Measurement for this Item shall be per week for the duration of use. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post -construction CITY OF FORT WORTH East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 22, 2021 34 71 13 -2 TRAFFIC CONTROL Page 2of6 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 ADNHNISTRATIVE 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 SUBNHTTALS 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 willbe 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 controlplan 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 22, 2021 34 71 13 -4 TRAFFIC CONTROL Page 4of6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In -Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 10 the Drawings and as directed. 11 B. Install Traffic Control Devices straight and plumb. 12 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 of persons or property), the 23 Inspector may order such additional precautionary measures betaken 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 I. Lane closures shall be in accordancewith 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 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 shallbe located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 23 and other Traffic Control Devices used for work -zone traffic handling as soon as 24 practical in a timely manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT USED] 26 3.5 REINSTALLATION [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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 22, 2021 34 71 13 - 6 TRAFFIC CONTROL Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANCE 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 East Powell Avenue Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project# 102692 Revised March 22, 2021 APPENDIX GG 4.0fiat✓.my GC-6.07 Wage Rates vc-v.- -rrvrr -.,�-r.Xffi14iLt13n GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 East Powell Townhomes City Project No 102692 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 East Powell Townhomes City Project No 102692 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 East Powell Townhomes City Project No 102692 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 East Powell Townhomes City Project No 102692 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 East Powell Townhomes City Project No 102692 CFW Product Name Type 11 Pole Type 33B Arm CFW Lighting Approved Products List Manufacturer I Manufacturer Product Name & Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized Makers Sales and Marketing, LLC Valmont Industries, Inc Makers Sales and Marketing, LLC Makers Sales and Marketing, LLC MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Galvanized Type 33B, 36" Rise Simplex 8' Arm, Galvanized Type 33B, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATB0-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325607 American Electric Lighting, ATB0-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATB0-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-R F D325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc DB01373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-R FD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-R FD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 East Powell Townhomes City Project No 102692 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB - Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series East Powell Townhomes City Project No 102692 Copper Wire/Conductor Southwire Encore Wire Encore Wire Service Wire Co Advanced Digital Cable Inc Aluminum Wire -Triplex Priority Wire & Cable, Inc Fuse & Fuse Holder Edison Edison Cooper EATO N EATO N Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls Ground Box Kearneys Photocell Shorting Caps MacLean Highline Oldcastle Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Elite, 600V/1000V THHN / MTW / THWN-2 Copper conductor, 600V Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Fuses In -line fuse holders for Single -Pole 13/32" x 1 1/2" Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32- x 1-1/2- 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, 54620, 54625-TB, 54635, 54640, 54630 TY A (120/240) 100(NS)AL(E)PS(U) TY A 120/240 100(NS)AL(E)PS(U) TY A (240/480) 100(NS)AL(E)PS(U) TY A 240/480 100(NS)AL(E)PS(U) Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, 500lbs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Acuity Brands Lighting, Inc. Dark To Light, DLL Elite, Electronic Locking, Type Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire ITRASTAR INC. Arterial Luminaire TRASTAR INC. D U RA-STR10A-3 K-120-3-G R-SCL DU RA-STR25-3 K-120-3-G R-SCL East Powell Townhomes City Project No 102692 FORT WORT CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 4/5/2025 !!ll!!!! Attention: Mix Designs do not su ercede CFW Specifications !!!!!!!!!t Approval Spec No. Classification Manulacturej Mix 11) MixDescription I Design Concrete Class A (S dewall� ADA Ramps, DrivewaVs\Curb/Gutter, Median Pavement) 9/9/2022 32 1320 Mix Design American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6% Air 4/3/2025 32 1320 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Borneo Texas 30U101AG 3000 psi 3-5" Slump; 3-6% Air 4/l/2024 32 1320 Mix Design Borneo Texas 30U500BG 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 32 1320 Mix Design City Concrete Company 30HA20H 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Cow Town Redi Mix 253-W 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 1320 Mix Design Estrada Ready Mix R3050AEWR 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Holcim - SOR, Inc. 1261 3000 psi 3-5" Slump; 3-6% Air 9/23/2024 32 1320 Mix Design Holcim - SOR, Inc. 5177 3000 psi 3-5" Slump; 3-6%Air 4/7/2023 32 1320 Mix Design Liquid Stone C301D 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air 4/l/2023 32 1320 Mix Design Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6% Air 6/l/2023 32 1320 Mix Design Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6%Air 6/l/2023 32 1320 Mix Design Martin Marietta R2136N20 3000 psi 3-5" Slump; 3-6% Air 11/2/2022 32 1320 Mix Design Martin Marietta R2141K24 4000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 1320 Mix Design Martin Marietta R2136K14 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2131314 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2132214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta D9490SC 3000 psi 3-5" Slump; 4.5-7.5% Air 10/4/2023 32 1320 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 1320 Mix Design NBR Ready Mix CLS A -NY 3000 psi 3-5" Slump; 3-6% Air 7/10/2023 32 1320 Mix Desing Osbum 30A50MR 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 1320 Mix Design Rapid Redi Mix RRM5020A 3000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 1320 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-5" Slump; 3-6% Air 10/24/2024 32 1320 Mix Design SRM Concrete 30850 3000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 1320 Mix Design SRM Concrete 30350 3000 psi 3-5" Slump; 3-6% Air 10/18/2024 32 1320 Mix Design SRM Concrete 30050 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 1320 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6%Air 9/9/2022 32 1320 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air Class CIP InletsI Manholes, .unction Boxes Encasement, 3locldng, Collars, (Sp-ead Footing Pedistal Pole Foundations (Reference Detail 34 41 10-1)605At 9/9/2022 32 13 13 Mix Design American Concrete Krupany 40CNF065 4000 psi 3-5" Slump; 0-3% Air 9/9/2022 32 13 13 Mix Design Borneo Texas 40U500BG 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, hic. 1701 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 1551 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 5409 4000 psi 3-5" Slump; 3-6% Air 4/27/2023 32 13 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2141R24 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 32 13 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6%Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air 9/12/2023 32 13 13 Mix Design NBR Ready Mix CLS Pl-YY 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slump; 3-6% Air East Powell Townhomes City Project No 102692 FORT WORT CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 4/5/2025 !!!!!!!! Attention: Mix Designs do not su ercede CFW Specifications !!!!!!!!!t MixDescription t Design Concrete (Continued) 1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6 %Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6 % Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6 % Air 9/16/2024 32 13 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3-6 % Air 10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6% Air Class C (Drilled Shaft for Traffic Signal Pole Foundations Reference Detail 3141 10-D605) 9/9/2022 32 13 13 Mix Design Branco Texas 36U500BG 3600 psi 5.5-7.5" Slump; 3-6% Air 6/21/2023 32 13 13 Mix Design Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6% Air 10/30/2024 32 13 13 Mix Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slump; 3-6%Air 12/5/2022 32 13 13 Mix Design Holcim - SOR, Inc. 1822 3600 psi 5.5-7.5" Slump; 0-3% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 1859 4000 psi 5.5-7.5" Slump; 3-6% Air 4/7/2023 32 13 13 Mix Design Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6%Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146N41 3600 psi 5-7" Slump; 3-6% Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6%Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135KO524 3600 psi 5.5" Slump; 3-6%Air Class C Headwalls, Wingwalls, Culverts 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6%Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6%Air 4/l/2023 32 13 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7% Air 8/30/2023 32 13 13 Mix Design Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 35022 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 _ Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6%Air Class P (Nzachinc Placed Pav nf) 4/3/2025 32 13 13 Mix Design Big Town Concrete 4511 3600 psi 1-Y Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 4411 3600 psi 1-Y Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-Y Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602091 4000 psi 1-Y Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 36LA2011 3600 psi 1-Y Slump; 3-6% Air 9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi 1-Y Slump; 3-6% Air 11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-Y Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi 1-Y Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-Y Slump; 3-6% Air 2/6/2024 32 13 13 Mix Design Estrada Ready Mix TD3655AEWR 3600 psi 1-Y Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 4000 psi 1-Y Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4000 psi 1-Y Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-Y Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF -NY 3600 psi 1-Y Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40068 4000 psi 1-Y Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40825 4000 psi 1-Y Slump; 3-6% Air 9/16/2024 32 13 13 Mix Design SRM Concrete 40025 4000 psi 1-Y Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi 1-Y Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi 1-Y Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi 1-Y Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5%Air Class H (Vand Placed Paving, ValleGutter) 9/9/2022 32 13 13 Mix Design American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6% Air 5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6211 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6311 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Borneo Texas 45U500BG 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 45NA20B 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/ 4500 psi 3-5" Slump; 4-6% Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air 10/4/2024 32 13 13 Mix Design Holcim - SOR, Inc. 5507 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 1851 4500 psi 3-5" Slump; 3-6% Air East Powell Townhomes City Project No 102692 FORT WORT CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 4/5/2025 !!!!!!!! Attention: Mix Designs do not su ercede CFW Specifications !!!!!!!!!t MixDescription t Design Concrete(Continued) 4/5/2025 32 13 13 Mix Design Liquid Stone C451D 4500 psi 3-5" Slump; 3-6 %Air 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6 % Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 4500 psi 3-5" Slump; 3-6 % Air 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6 %Air 5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6 % Air 12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slump; 3-6 % Air 12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6 %Air 11/15/2022 32 13 13 Mix Design Martin Marietta R2146P36 4500 psi 3-5" Slump; 3-6 % Air 11/15/2022 32 13 13 Mix Design Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slump; 4.5-7.5 %Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 13 13 Mix Des Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6 %Air 9/9/2022 32 13 13 Mix Des Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Des NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Des NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air 7/10/2023 32 13 13 Mix Des Osbum 45A60MR 4500 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 13 Mix Des Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slump; 3-6% Air 1/13/2023 32 13 13 Mix Dear SRM Concrete 45023 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 45000 4500 psi 3-5" Slump; 3-6%Air 10/24/2024 32 13 13 Mix Design SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 45850 4500 psi 3-5" Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6%Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air 10/9/2024 32 13 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air Class HES )/High Early Stren ;th Paving) 9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-INC 4500 psi 3-5" Slump; 3-6%Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 2125 5000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 13 Mix Design Liquid Stone C451 DHR-A 4500 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6000 psi / 3000 qsi A 24hr. 3-5" Slump; 3-6% Air 2/10/2023 32 13 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psiS 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW7520AMR 4500 psi / 3000 psi A 3 days 3-5" Slump; 3-6% Air Class S (B idSlabs, Top Slabs of Direct Traffic Culverts_ Approach Slabs) 9/9/2022 32 13 13 Mix esign Cow Town Redi Mix 266 4000 psi 3-5" Slump; 3-6%Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6% Air 5/3/2023 32 13 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5% Air 4/l/2023 32 13 13 Mix Design Martin Marietta R2146P33 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-NY 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6%Air Concrete Base Trench Repair 4/l/2023 1033416 Mix Design Burner, Texas I IOYH50BF 1 1000 psi 1 Flowable; 8.5-11.5% Air 9/9/2022 1033416 M Branco Texas 08Y450BA 800 psi 5-7" Slump; 3-6%Air Controlled Low Strength Material (Flowable Fill) 9/9/2022 033413 Mix Design Bumco Texas 01Y690BF 100 psi Flowable; 8.5-11.5%Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWCC359101 50-150 psi 3-5" Slump; 8-12% Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWFF237501 50-150 psi Flowable; 8.5-11.5% Air 9/9/2022 03 34 13 Mix Design City Concrete Con+pany 11-350-FF 50-150 psi Flowable; 8-12% Air 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix Mix# 9 70 psi 7-9" Slump; 8-11 % Air 10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12% Air 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12% Air East Powell Townhomes City Project No 102692 FO]RTWOR,f ,CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 4/5/2025 !!!!!!!! Attention: Mix Deshms do not sunercede CFW Snecifications !!!!!!!!!t Concrete Rip Rap 4/1/2023 31 37 00 Mix Design I313700 1MixDesign Martin Marietta R2141030 4/l/2023 MartinMariettaIR2146033 Asghalt P7ving 9/9/2022 32 12 16 Mix Design Austin Asphalt FT513117965 FT5B 117965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FTIB139965 FT1B139965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 FT1B117.2 PG64-22 Type B Fine Base 5/l/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base 4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base 12/5/2022 33 1216 Mix Design Surmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG 34 1 -BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base Asphalt Continued) 9/9/2022 I32 12 1 I Mix Design I TXBIT I64-224125-18 PG I64-224125-18 PG70-22 Type D Fine Surface 4/l/2024 32 12 16 Mix Design TXBrr 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface Detectable Warning Surface 9/9/2022 132 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 132 1320 DWS - Composite Armor Tile 9/9/2022 132 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 1373 Joint Sealant Dow 890SL 0SL - Cold Applied, Single Component, Silicone Joint Sealant 9/9/2022 32 1373 Joint Sealant Tremco 900SL 0SL - Cold Applied, Si a Component, Silicone Joint Sealant 9/9/2022 32 1373 Joint Sealant Pecom 300SL 0SL - Cold Applied, Sing a Component, Silicone Joint Sealant EadSaver 9/9/2022 32 1373 Joint Sealant Crafco RoadSaver Silicone Silicone - Cold Applied, Single Component, Silicone Joint Sealant Utility Trench Embedment Sand 9/9/2022 13305 10 Embedment Sand Silver Creek Materials Utility Embedment Sand 9/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand 9/9/2022 13305 10 Embedment Sand F and L DirtMovers Utility Embedment Sand 9/9/2022 13305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand 9/9/2022 13305 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 4000 psi 3-5" Slump; 3-6%Air 4000 psi 3-5" Slump; 3-6% Air 9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 MHRC #220605 (Size - **24" Dia.) 9/28/2018 33 05 13 Manhole Cover Neenah Foun�y NF-1274-T91 NF-1274-T91 (Size - 32" Dia.) 9/28/2018 33 05 13 Manhole Frames and Coy Neenah Foundry NF-1743-LM (Hinged) NF-1743-LM (Hinged) (Size - 32" Dia.) 9/28/2018 33 05 13 Manhole Frame Neenah Foutio NF-1930-30 NF-1930-30 (Size - 32.25" Dia.) 9/28/2018 33 05 13 Manhole Frames and Coy Neenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.) 4/3/2019 33 05 13 Manhole Frames and Coy SIP Industries ++ 2279ST 2279ST (Size - 24" Dia.) 4/3/2019 33 05 13 Manhole Frames and Coy SIP hidustries ++ 2280ST 2280ST (Size - 32" Dia.) 10/8/2020 33 05 13 Manhole Frames and Coy EJ ( Formally East Jordan Iron Works) EJ1033 Z2/A EJ1033 Z2/A (Size - 32.25" Dia.) 3/8/2024 33 05 13 Curb hilet Covers SIP Industries ++ 2296T 2296T (Size - ***24" Dia.) 6/18/2024 33 05 13 Curb Inlet Covers SIP Industries ++ 2279STN 2279STN Size - 24" Dia.) "Note: AU new development and new installation manhole ids shall meet the minimum 30-inch opening requirement as specified in City Spe jcofion 3 0513. Any smaller opening sizes will only be allowed for existing manholes h.at require replacement frames and covers. �ASTMD5893 ASTM D5893 ASTM D5893 ASTM 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 Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Foetenra FRT-lOx3-405-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Forter a FRT-lOx3-406-PRECAST** (Size - 10' X T) ASTM C913 10/8/2020 33 49 20 Curb Inlets Forterrra FRT-lOx4.5407-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fortermat FRT-lOx4.5420-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 39 20 Manhole Fortermat FRT4X4409-PRECAST-TOP (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fortermat FRT4X4409-PRECAST-BASE (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fortermat FRT-5X5410-PRECAST-TOP (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Forterrra FRT-5X5410-PRECAST-BASE (Size - 5' X T) ASTM C913 10/8/2020 33 39 20 Manhole Forterva FRT-6X6411-PRECAST-TOP (Size - 6' X 6') ASTM C913 10/8/2020 33 39 20 Manhole Forterva FRT-6X6411-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-20X3405-PRECAST INLET** (Size - 20' X T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG4X4409-PRECAST TOP (Size - 4' X 4') AS— - East Powell Townhomes City Project No 102692 F0]RTW0KT1j, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 4/5/2025 rrrrprr Attention: Mix Designs do not su ercede CFW Specifications !!!!!!!!!t Approval Spec No. Classification Nianulacturei Mix 11) Mix Description t Design 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG4X4-409-PRECAST BASE (Size - 4' X T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 51 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 59 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-41 1 -PRECAST TOP (Size - 6' X 61 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-41 1 -PRECAST BASE (Size - 6' X 61 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 69 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-41 1 -PRECAST TOP (Size - TX 7) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-41 1 -PRECAST BASE (Size - TX 7) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - TX 7) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-41 1 -PRECAST TOP (Size - 8' X 81 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 PTe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 89 ASTM 615 3/19/2021 33 49 20 Drop hilet Thompson Pipe Group TPG4X4408-PRECAST INLET (Size - 4' X 41 ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5408-PRECAST INLET (Size - 5' X 51 ASTM 615 3/19/2021 33 49 20 DInlet Thompson Pipe Group TPG-6X6408-PRECAST INLET (Size - 6' X 61 ASTM 615 8/28/2023 3349 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 41 ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - TX 81 ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 41 ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - TX 5) ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 61 ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 81 ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 81 ASTM C478 8/28/2023 3349 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 41 ASTM C433 8/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thompson Pipe Group hilet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb hilet 15 'x 3' Riser Thompson Pipe Group hilet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb hilet 20' x 3' Riser Thompson Pipe Group hilet Riser (Size - 3 FT) ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4) ASTM C913 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (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 AmmTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB) ASTM C913 7/16/2024 33 49 20 Carb Inlets A. —Tex Pipe &Products 100 Precast** (Size 10' x 3) ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 150 Precast** (Size 15' x 3? ASTM C913 **Note: Precast inlets are appoved far the stage I portion o 'the structure (basin) only. Stage H portion o 'the structure are required to be cast in -place. No exceptions to this requirement shag be allowed. Storm Sewer - Pi es & Boxes 33-05-13 4/9/2021 3341 13 Storm Dmm Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60") ASTM F2881 & AASHTO M330 8/28/2023 3341 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger) ASTM C76, C655 8/28/2023 3341 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 C 1433,C 1577 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 3341 10 Culvert Box The Turner Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 4/12/2024 3341 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 6/25/2024 3341 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 6/25/2024 3341 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 Revision Comments (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (4-3-2025) Bigtown Concrete updated Mix ID's (4-5-2025) 03 34 13 CLSM specification East Powell Townhomes City Project No 102692 CITY OF FORT WORTH FORT WORTHS WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification I Manufacturer I Model No. I National Spec I 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. Adeks Ultra -Seal P-201 ASTM D2240/1)412/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 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I I 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WravidSeal Manhole Encapsulation System I I Water & Sewer - Manholes & Bases/Fiber0ass 33-39-13 (1/8/13) I I 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non- affic area I 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area I Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) I I 33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Haw Foundry I 1001 24"x40" WD I I Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) I I* 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. I * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. I I3305 13 Manhole Frames and Covers Sigma Corporation MH-144N I I 3305 13 Manhole Frames and Covers Sigma Corporation MH-143N I I 3305 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. I I3305 13 Manhole Frames and Covers Neenah Casting 24" dia. 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 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. I 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia I 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia I 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 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 ASSHTO MI 05 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 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. CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 OS 13 M" Dia. MH ..a and Cover Composite Access Products, L.P. w/o Hing 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 Water & Sewer - Manholes & Bases/Frames & Covers/Water Ti¢ht & Pressure Ti¢ht 33-05-13 Bev 2/3/161 I* 3305 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. I I3305 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 A—ast RC-2100 ASTM A 48 24" Dia. I I 04/20/01 3305 13 Manhole Frames and Covers (SIP)Seramvore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. I Water & Sewer - Manholes & Bases/Precast Concrete ( tev 1/8/131 I I * 33 39 10 Manhole, Precast Concrete Hydro Conduit Com SPL Item 449 ASTM C 478 48" I * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 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 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" Mannole, 32" Opening and tint top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. I 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 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 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 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe 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, RockHardsop 48" & 60" I.D. Manhole w/32" Cone I 04/28/07 I Manhole. Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polvcrete Pipe I Sewer-(WAC1Wastewater Access Chamber 33 39 40 For use when Sid. MH cannot be 12/ .1 33 3120 Wastewater Access Chamber Ouickstream Solutions, Inc. Two 8 Maintenace Shaft (Poorit) installed due to depth I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious I I * EI-14 Manhole Rehab Systems Ouadex I I 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reimer MSP I E1-14 Manhole Rehab Systems AP/M Permaform I I 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I I 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I I08/30/06 I General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use I I * From Original Standard Products List East Powell Townhomes City Project No 102692 CITY OF FORT WORTH FORT WORTHS WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious I 05/20/96 E1-14 Manhole Rehab Systems Spravro i, Spray Wall Polyurethane Coating ASTM D639/D790 I I 12/14/01 Coating for Corrosion moteetion(Exteriod ERTECH Series 20230 and 2100 (Asohatic Emulsion) Structures Only I I01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIHB, Sl, S2 Acid Resistance Test Sewer Applications I I8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I 33 01 16, 33 39 10, RR&C Damppro ding Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 I 333920 Coating for Corrosion proteetion(Exterim) Sherwin Williams Grade (Asphatic Emulsion) Structures Only I Water & Sewer - Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16) I * 3305 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. I 3305 13 Manhole Insert South Westem Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. I * 3305 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. I 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. I 09/23/96 I 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia I I Water & Sewer - Pine Casing Spacers 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(Stamless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 OS 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manufacturers Requirements (Sewer 09/03/24 33 OS 13 Casing Spacers Raci (Completely HDPE) Applications Only) 8" - 12" (Sewer Only) I Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) I I * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 I 3" thin 24" OS/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 4" thin 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 4" thin 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * I 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 I Water & Sewer - Utility Line Marker (08/24/2018) I Sewer - COatines/EDO%v 33-39-60 (01/08/13) I I 02/25/02 Epoxy Liming System Sauereisen, Inc S—Gard 21ORS LA County #210-1.33 I 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series I 04/14/05 Interior Ductile Iron Pipe Coating lndmon Protecto 401 ASTM B-117 Ductile Iron Pipe Only I01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S IHB, Sl, S2 Acid Resistance Test Sewer Applications I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I I Sewer - Coatines/Polvurethane I I I I Sewer - Combination Air Valves I I 05/25/18 I 33-31-70 1 Air Release Valve A.R.I. USA, Inc. D025LTP02(ComPwite Body) 2" I I I Sewer - Pipes/Concrete I * EI-04 Cone. Pipe, Reinforced Wall Concrete Pipe Co. hic. ASTM C 76 * EI-04 Cone. Pipe, Reinforced Hydro Conduit Coporation Class III T&G, SPL Item #77 ASTM C 76 * EI-04 Cone. Pipe, Reinforced Hanson Concrete Products em #95 Manhele, #98 Pipe ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pine Enlacement Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Com., Piscata Way, N.J. Approved Previously I McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously I I TRS Systems Tremchless Replacement Svstem Polyethylene Calgary, Canada Approved Previously I I Sewer - Pine/Fiberglass Reinforced/ 33-31-13(1/8/131 I 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe Non -Pressure) ASTM D3262/D3754 I I 03/22/10 3331 13 Fiberglass Pipe (FRP) Arneson Bomdstrand RPMP Pipe ASTM D3262/D3754 I I 04/09/21 3331 13 Glass -Fiber Reinforced Polvater Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 I ASTM D3262, ASTM D3681, .3.7123 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 I 3331 13 Fiberglass Pipe (FRP) Supedit Bom Sanayi A.S. Superlit FRP ASTM 3754, AW WA C950 I * From Original Standard Products List 2 East Powell Townhames City Pmlect No 102692 CITY OF FORT WORTH FORT WORTHS WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Pine/Polvmer Pioe 4/14/05 Polymer Modified Concrete Pioe Adech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102'l Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe UmS Composite Pipe Reinforced Polymer Concrete Pioe ASTM C-76 Sewer - Pines/HDPE 33-31-23(1/8/13) * polyethylene pipe Phillips Dnscooipe, hic. Ooticore Duchle Polyethylene Pipe ASTM D 1248 8" * �Ib"h-doasitv High -density Polyethylene pipe Plexco Inc. ASTM D 1248 8" * Jhgh-density polyethylene pipe Polly Pipe, hic. ASTM D 1248 8" Jhgh-density polyethylene pipe CSR Hydro Coaduit/Pioelinc Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pines/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-1i DR- Id PVC Pressure Pipe Pipelife Jctstream PVC Pressure Pipe AWWA C900 4"thou l2" 10/22/14 33-11-12 DR-l4 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thou 12" Sewer - Pines/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (1M Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics C0000ration SDR-26 (PS115) ASTM D 3034 4" thou 15" * 33-31-20 PVC Sewer Pipe Lamson Vyloa 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" than 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 P' e J-M ManufacturioyvEagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Coaporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, hic.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 1 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 Pre Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, hic. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"- 36" * From Original Standard Products List East Powall T—nhomes Oty Project No 102692 FORT WORTH (Approval Spec No. IClasssification Water - Ammr-enances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle 01/18/18 33-12-10 Double Strap Saddle 08/28/02 Double Strap Saddle 07/23/12 33-12-10 Double Strap S-c Saddle 03/07/23 33-12-10 Double Strap Service Saddle 10/27/87 Curb Stops -Ball Meter Valves 1.1.7 Curb Stops -Ball Meter Valves 1111.1. 3342-10 Curb Stops -Ball Meter Valves 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves 1111.1. 3342-10 Crab Stops -Ball Meter Valves 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves 01/26/00 Coated Tapping Saddle with Double SS Straps 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) 05/10/11 Tapping Sleeve (Stainless Steel) 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) 05/10/11 Joint Repair Clamp Plastic Meter Box w/Composite Lid Plastic Meter Box w/Composite Lid 08/30/06 Plastic Meter Box w/Composite Lid Concrete Meter Box Concrete Meter Box Concrete Meter Box Water - Bolts. Nuts- and Gaskets 33-11-05 (01/08/13). None Water - Combination Air Release 33-31-70 (01/08/13). * EI-11 Combination Air Release Valve * EI-I I Combination Air Release Valve * EI-11 Combination Air Release Valve Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/141 10/01/87 E-1-12 Dry Barrel Fire Hvdrant 03/31/88 E-1-12 Drv, Barrel Fire Hydrant 09/30/87 E-1-12 Dry Barrel Fire Hvdrant 01/12/93 E-1-12 Dry Barrel Fire Hvdrant 08/24/88 E-1-12 Dry Barrel Fire Hydrant E-1-12 Dry Barrel Fire Hvdrant 1,9/24/87 E-1-12 Dry Barrel Fire Hvdrant 10111.7 E-1-12 Dry Barrel Fn-e Hydrant 01/15/88 E1-12 Dry Barrel Fire Hvdrant 10/09/87 E-1-12 Dry Barrel Fire Hvdrant 09/16/87 E-1-12 Drv, Barrel Fire Hydrant 08/12/16 33-12-40 Dry Barrel Fire Hvdrant Water - Meters 02/05/93 E101-5 Detector Check Meter 08/05/04 Magnetic Drive Vertical Turbine CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Pipe Romac 202NS Nylon Coated AW WA C800 1"-2" SVC, up to 24" Pipe Smith Blair 4317 Nylon Coated Double Strap Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AW WA C800 1"-2" SVC, up to 24" Pipe Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe McDonald 6100M,6100MT & 61 OMT 3/4" and 1" McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'h" and 2" FB600-7NL, FBI600-7-NL, FV23-777-W-NL, Ford Meter Box Co., Inc. L22-77NL AW WA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- Ford Meter Box Co., Inc. NL, L22-66NL AW WA C800 1-1/2" FB600-4-NL, FB1600-4-NL, Bl 1-444-WR- Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AW WA C800 1" B-25000N, B-24277N-3, B-20200N-3, H- AW WA C800, ANSF 61, Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AW WA C800, ANSF 61, Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 B-25000N, B-20200N-3,H-15000N, H- AW WA C800, ANSF 61, Mueller Co., Ltd. 1553ON ANSI/NSF 372 1" JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" JCM Industries, Inc. 412 Tapping Sleeve ESS AW WA C-223 Up to 30" w/12" Out JCM Industries, Inc. 415 Tapping Sleeve AW WA C-223 Concrete Pipe Onlv Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" Roman FTS 420 AW WA C-223 U p to 42" w/24" Out Rom. SST Stainless Steel AW WA C-223 Up to 24" WIT' Out Rom. SST III Stainless Steel AW WA C-223 Up to 30" w/12" Out Powerseal 3232 Bell Joint Repair Clamp 4" to 30" DFW Plastics lnc. DFW37C-12-IEPAFFTW DFW Plastics lnc. DFW39C-12-IEPAFFTW DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Bass & Hays CMB37-B12 I I18 LID-9 Bass & Hays CMB-18-Dual 1416 LID-9 Bass & Hays CMB65-B65 1527 LID-9 GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" Valve and Primer Corp. APCO #143C, #145C and #147C 1". 2" & 3" American -Darling Valve Drawing Nos. 90-1860&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 Kennedv Valve Shop Drawing No. D-80783FW AW WA C-502 M&H Valve Company Shop Drawing No. 13476 AW WA C-502 Shop Drawmgs No. 6461 Mueller Company A-423 Centurma AW WA C-502 Shop Drawing FH-12 Mueller Companv 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) Wateron Pacer WB67 AW WA C-502 EJ (East Jordan Iron Works) WaterMaster 5CD250 Ames Companv Model 1000 Detector Check Valve AW WA C550 4" - 10" Hersev Magnetic Drive Vertical AW WA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 East Powell Townhomes City Project No 102692 CITY OF FORT WORTH FORT WORTHS WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval] Spec No. IClasssification I Manufacturer I Model No. I National Spec I Size Water - PiDes/PVC (Pressure Water) 33-31-70 (01/08/13) AW WA C900, AW WA C605, 1.113 33-11-11 PVC Pressure Noe Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 1.113 33-11-11 PVC Pressure Noe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" AW WA C900, AW WA C605, 09/03/24 33-11-11 PVC Pressure Noe Northern Pipe Products DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 09/03/24 33-11-11 PVC Pressure Pioe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AW WA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AW WA C900 16"-24" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Comoration DR 14 AW WA C900 4"-12" 5/25/2018 33 I1 12 PVC Pressure Pipe Diamond Plastics Comoration DR 18 AW WA C900 16"-24" AW WA 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 AW WA 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 AW WA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DRl8 AWWA C900 16"-24" 9/6/2019 33 1112 PVC Pressure Pipe NAPCO(Westlake) DR14 AW WA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AW WA C900 4"- 12" Water - PinesNalves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C110 * EI-07 Ductile Iron Fittings Griffin Pipe Products. Co. Mechanical Joint Fittings AW WA C 110 * EI-07 Ductile Iron Fittings McWane/Tvler Pivc/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AW WA C 153, C 110, C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box CoXni-Flange Uni-Flange Series 1400 AW WA C111IC153 4" to 36" 05/14/98 EI-24 PVC Joint Restraints Ford Meter Box CoXni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111IC153 4" to 24" 11/09/04 EI-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA Cl I I/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pine Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA Cl I1/C116/C153 4" to 1" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA Cl I1/C116/C153 4" to 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLCIO AW WA Cl1lIC153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA Cl1I/C153 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA Cl1I/C153 12" to 24" 08/10/98 EI-07 MJ Fittino(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 EI-24 Interior Restrained Joint Svstem S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 EI-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pioe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I1 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pioe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I1 EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Indwiries(Serampore) ASTM A536 AW WA CI I1 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Remmor Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA C111 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Returner Glands SIP Industries(Serampore) DRI8 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 East Powell Toxmhomes City Project No 102692 CITY OF FORT WORTH FORT WORTHS WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. [Classsification Manufacturer Water PiDes & Fittintcs/RJ 33-12-20 (05113/15) Seated Gate Model No. National Spec Size - alves esilient Resilient Wedged Gate Valve w/no Gears alve* American Flow Control Series 2500 Drawing # 94-20247 16" I I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AW WA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AW WA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seeded GV AW WA C509 4" to 12" I I 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AW WA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 I" and 48" I 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedgp Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Note 3) 05/08/91 EI-26 Resilient SeatGate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I * EI-26 Resilient Seated Crate Valve U.S. Pipe and Foundry Co. Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-21 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ Fl—Master Gate Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - PiDes/Valves & Fittings/Rubber Seated Butterlly Valve 33-12-21 (07/10/14) I I * EI-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * EI-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezmik Valves Co. AW WA C-504 24" and larger I06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter I 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" I 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" I I 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company AW WA C504 Butterfly Valve Class 250B AW WA C-504 24" - 48" I I Water - Polvethvlene Encasement 33-11-10 (01/08/13) I I 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AW WA C105 8 it LLD I I 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtowp Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I Water - SamDlinl=_ Station I 03/07/23 33 12 50 lWater Sampling Station Ku f le Foundry Company Eclipse, Number 88, 12-inch De th ofBory As shown in spec. 33 12 50 09l02F24 3343-50 -�ien is, lee This product removed Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 10/21/20 Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(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) I The Fort Worth Water Department's Standard Products List has been developed to mmwize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Watef Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6 East Powell Townhomes City Project No 102692