Loading...
HomeMy WebLinkAboutContract 63187-PM1CSC No. 63187-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF RaceTrac Risinger IPRC Record No. IPRC24-0143 City Project No. 105656 FID No.30114-0200431-105656-EO7685 File No. K-3289 X File No. X-28251 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur Transportation and Public Works Department Director Prepared for The City of Fort Worth 2025 PREPARED BY SPIARS ENGINEERING, INC. 3575 LONE STAR CIRCLE, SUITE 434 FORT WORTH, TX 76177 F-2121 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 07-15-2025 q ® OF JORDAN D. HUNEYCUTT o : 143176 �d ��c •.,•� /CENSE�•'• '*/ — �a0 §1ONAL •E�G� �'orda►n }�aheycati- 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 0011 13 hw t io t Bidders 03/20/2020 0021 13 Instfuetions t Bidders 03/20/2020 00 41 00 Bid FefvA 040:2,12014 00 42 43 0043 3 Proposal Form Unit Price Bid Ben 05/22/2019 0402,12014 Prequalification Statement 09/01/2015 0045 12 nno0 45 13 Bidder- v-o,,,,alif,.a4iE K+ kWioa 03 in v 00 45 26 Contractor Compliance with Workers' Compensation Law Enterprise 04/02/2014 nQi 00 45-40 00 52 43 Mine.;ty Business Goal Agreement a 06/16/2016 00 61 25 nn� Certificate of Insurance neff ..m. nee Derma 07/01/2011 0 i�z 00 62 19 Maintenance Bond 01/31/2012 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 nib Preconstruction Meeting 08/30/2013 01 32 33 Pr-ejeet Meeting Preconstruction Video 07OiQ 08/30/2013 013300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 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 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31- Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 312400 Embankments 31 25 00 Erosion and Sediment Control 1 31 37 00 Riprap Division 32 - Exterior Improvements 32 0 i i �T no,.m Asphalt srhalt P n ,iag 7L�TT 27�Qv epa 'T'�:i'�p, '�; S�li&lt �1.�-irrr ie 32 01 29 Concrete Paving Repair 32 1123 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 1137 Liquid Treated Soil Stabilizer 32 1216 i 3 r�%.' 1t Pt fag 32 Q 73 Aor)halt NzAng r, aek c o, ha ftts 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 14 16 -"Tait g 32 1613 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 i 7 25 �a0a Curb Ad Livnving Z7�3 �o ChwinFcises., Wir-e Fenees and Gates Date Modified CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 32 32z13 Gastrin Plaza r ner-ete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03-10 Bypas3 Pum ;enT of Existing Sewer- System 3304 10 Joint Bonding and Electrical Isolation 3304 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 22�v ,A-1rUzx—; xx7.,to,- co,-.� 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings - Cast Iron 3305 13.10 Frame, Cover and Grade Rings - Composite 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 330 Corvr&e- `x�.,+. 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12Polyvinyl Chloride (PVC) Pressure Pipe 12 1 1 l? Coner-et'erressufe Pipe � xx�p'�aieel Cylinder- c 33 11 14 Buried Steel Pipe and Fittings ✓3 11 15 We St fesse,l Gone .ote Gy4i der- Pipe 33 1210 Water Services 1-inch to 2-inch l.. !2 11 Large a Water- - Metef:s 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber -Seated Butterfly Valves 33 1225 22�o Connection to Existing Water Mains - ,- r,,....,t.ina4 Assemblies 33 1240 o Air- Valve f Potable Water Systems Fire Hydrants 33 1250 22�o Water Sample Stations St.,..,1..,.,1 Blew off Valve A sso..,l ! 22�2 l.. 2 1 1_2 ('tffe,l in Dlaee Pipe (CIPUI Fiber -glass Reif f f:ee ] Pipe f .- G-a-yit., Lani aim' j is CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 33 21 �54 High ✓onc�rhy Polyethylene (14DP ) Pip FanitaNj-SCwCt 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 9 Sanitary Sewer Service Connections and Service Line Combination Air Valve for Sanitary Sewer Foree >\,r.,i 3339 10 Cast -in -Place Concrete Manholes 33 39 20 22�o Precast Concrete Manholes Fite, -glass Manholes 2 2� 33 39 60 Wastewater A eves Chamber- (ALAG) G Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 22�2 Reinfer-eed Pelyet lene (ERPE) !)*a l 33 46 00 Subdrainage 33 4601 wetted 9 o m Domains 3�-46 of '1 mm-& Disa-inz 3349 10 Cast -in -Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 2�I�o T+a-frf am ✓r�r��s 2 n n�01 Attaehment A Eentreller- Cabine 24 41 10.02 A (� 11 Spe rrrttael�el�t� beatfeaervpceifictitieii 24 ^� �1 110..03 Attt'tehment G Software Speei ieati6ii /1 1 1 13 Removing g T,-., ff; e Signals /1 1 ? 15 FLzhing Braeo 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 2n ^�02 Fr-eeway LED ne.,dw ., TYamin�r-s 24 4120.03 , !,ED Roadw r 34 41 30 Aluminum Signs 3471 13 Traffic Control CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httv:Hfortworthtexas.eov/ti)w/contractors/ or httvs:Happs.fortworthtexas.eov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 0334 13 Controlled Low Strength Material (CLSM) 12/20/2012 0334 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi -Duct Conduit 02/26/2016 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 312400 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 122 3,� 31 37 00 Gabions Riprap z 12/20/2012 Division 32 - Exterior Improvements 27�40 �'1arl.�lt Pcrrin� 12i20/201 � 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 12/20/2012 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 27�v ADr)halt IW-iag A.,..ha r-aek ao, 1ants 12�20A2012 37�3 32 13 13 ft Pa-yi g Concrete Paving 12�20A2012 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Bak Unit g 11f1 �7 z CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 1723 Pavement Markings 11/22/2013 32 1725 2'� 27�o Curb Address Painting Chain Fences aa Ga4es 11/04/2013 12�ti 12�7�042012 17�9 3232 13 W; .o Fences and Gates Wood Fences and Gates Cast -in -Place Concrete Retaining Walls 12/7�042012 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 3303 10 %T'COm INUM i ng of Existing Sewer- Syste 11 2zz90/2012 3304 10 Joint Bonding and Electrical Isolation 12/20/2012 3304 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 �Y 1�Gs��, xx� +o, co ,,; o� 0710T 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 3305 13.10 Frame, Cover and Grade Rings — Composite 01/22/2016 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 1 7 �7zzr20/2 0 3305 17 Gone -ete Water- Vaults Concrete Collars z 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 1 1 �3 , �ccrrsccci�pxiriccci�c Winer-etePr-2s", a Pipe B xxL,..,...pe Stool !''„1inde,. Type 12QO/2n12 rcrcvrcozz 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 1210 Water Services 1-inch to 2-inch 02/14/2017 33 1211 Large Water Meters 12/20/2012 33 1220 Resilient Seated Gate Valve 12/20/2012 33 1221 AWWA Rubber -Seated Butterfly Valves 12/20/2012 33 1225 22�o Connection to Existing Water Mains rV,,,,.,bin A;,. 02/06/2013 1 �i�iz 33 1240 io VaIN e Assemblies lies for- Potable W er- Systems Fire Hydrants 01/03/2014 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow efFValve Assembly n6�,o n�013 3331 2 r�iffea hr, nlaee Pipe (CIPP) , 2i�tz 22� 7P�i`�,C Rainforeed Pipe for (`_.-ayity Samna,, Co...117/i QO/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer 12/20/2012 Pipe 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 M 70 3339 10 Combination Aif Valve for Sanitafy Sewer Foree Mains Cast -in -Place Concrete Manholes i2Q0,/20Q 12/20/2012 33 39 20 Z2�o Precast Concrete Manholes Fiber -glass Manholes 12/20/2012 17/7 z Z 2�no 33 39 60 Wastewater- n eeess Chamber (WAG) r) Epoxy Liners for Sanitary Sewer Structures Q i 12 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 ZZ�2 Reinfereed D lyet lene /EP, E) Pil�C 1, /, s 33 46 00 Subdrainage 12/20/2012 33 46 0-2 TfeffOt Drdks 07,101,12014 3349 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - 34 4 1 10 34 41 10.01 Transportation T.-., f'f; e S; ..,,..,1 s n �-rttacet}�A r��tr91�€�'�r'lk�ine 1 n/ 1 5 12t 8,L2015 34 41 10.02 34 41 10.03 n 11 Spe��F: nttae�et}t� E6iit�6nei'vpvEifzciztiAii n cro rrtt&El�riiel}7=-C�64ii@vpv-EifzciztiAa Tomr, 0� —y Tf ff;, c g 1 s Q " 1 1 i�t3 �03 � ?/I i 111 ?/I i 1 13 Removing T ..,ff e Signals 12 i�12 34 41 15 Reet gula. R*d rlazhixg Bveaeo , ,gin 34 41 16 Redestrian L;,i. ; 1,�13 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 2n n�02 Ffeew ay LED D n,,.,dw LnnilAairvs n6n�1-5 3n ^env3✓ R-esidefAllal. T SD Raadw}' izalminiras 0645,12015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single -Mode Fiber Optic Cable 02/26/2016 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 8 of 8 GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site G G 6. 0. IS,D Miner-ity and Women Owned Business &#eFpFise Gamplianee GG 6.07 `ages, GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 UNIT PRICE BID Bidlist Item No. 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 00 42 43 DAP - BIT) PROPOSAL. Page 1 of7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification Unit of Bid Section No. Measure Quantity UNIT I: WATER JMPROVEMENrS 3311.0241 8" Water Pipe 3311 10,33 LF 76 3312.2003 1" Water Service (Irrigation) 33 12 10 EA 1 3312.2003 2" Water Service 33 12 10 EA 1 9999.0000 16x8 Cut in Tee 00 00 00 EA 1 3312.3003 8" Gate Valve 33 12 20 EA 3 3312.3006 16" Gate Valve w/ Vault 33 12 20 EA 1 3312.0001 Fire Hydrant 33 12 40 EA 1 3311.0001 Ductile Iron Fittings 3311 11 TON 1 3471.0001 Traffic Control 3471 13 MO 3 3305.0109 Trench Safety 3305 10 EA 76 3312.0106 Connection to Existing 16" Water Main 33 12 25 EA 1 TOTA _ UNIT I: WATER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bidder's Proposal Unit Price I Bid Value $50.00 $3,800.001 $2,500.00 $2,500.001 $2,750.00 $2,750.001 $700.00 $700.00 1 $2,500.00 $7,500.001 $22,000.00 $22,000.001 $7,500.00 $7,500.001 $5,500.00 $5,500.001 $10,000.00 $30,000.001 $750.00 $57,000.001 $7,500.00 $7,500.001 1 1 $146, 750.00 revised_00 42 43—Bid Proposal_DAP.xis SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BIDPROPOSAL Page 2 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT II: SANITARY SEWER IMPROVI :MENTS 1 3331.4108 6" Sewer Pipe 3311 10,33 LF 58 $50.00 $2,900.00 2 3339.1001 4' Manhole 33 39 10, 33 EA 1 $5,000.00 $5,000.00 3 3305.0109 Trench Safety 33 05 10 LF 58 $15.00 $870.00 4 3301.0001 Pre -CCTV Inspection 3301 31 LF 58 $7.00 $406.00 5 3301.0002 Post -CCTV Inspection 3301 31 LF 58 $7.00 $406.00 6 3301.0101 Manhole Vacuum Testing 3301 30 EA 1 $1,000.00 $1,000.00 7 3471.0001 Traffic Control Measures 3471 13 MO 3 $6,000.00 $18,000.00 8 3201.0656 Conc Pvmt Repair, HES, Arterial/Industrial 3201 29 SY 154 $225.00 $34,650.00 9 9999.0001 Connect to Sewer Main 00 00 00 EA 1 $3,500.00 $3,500.00 10 3339.0001 Epoxy Manhole Liner 33 39 60 VF 12.9 $620.00 $7,998.00 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 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 $74,730.00 revised_00 42 43 Bid Proposal_DAP.xIs UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BIDPROPOSAL Page 3 of 7 Bidder's Application Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 3341.0201 21" RCP, Class III 3341 10 LF 103 $150.00 $15,450.00 2 3305.0109 Trench Safety 33 05 10 LF 103 $15.00 $1,545.00 3 3471.0001 Traffic Control Measures 3471 13 MO 3 $6,000.00 $18,000.00 4 3349.5001 10' Curb Inlet 33 49 20 EA 3 $10,000.00 $30,000.00 5 3305.0112 Concrete Collar for Manhole 33 05 17 EA 3 $1,200.00 $3,600.00 6 3349.0001 4' Storm Junction Box 33 49 10 EA 2 $6,000.00 $12,000.00 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 TOTAL UNIT III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 $80,595.00 revised_00 42 43 Bid Proposal_DAP.xIs UNIT PRICE BID Bidlist Item No. 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 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description Specification Unit of Section No. Measure UNIT IV: PAVING IMPROVEMENTS 3213.0101 6" Conc Pvmt 32 13 13 SY 3213.0301 4" Conc Sidewalk 32 1320 SF 9999.0000 8.5" Conc Pvmt 00 00 00 SY 3211.0400 Hydrated Lime 3211 29 TN 3291.0100 Topsoil 3291 19 SY 3292.0100 Block Sod Placement 32 92 13 SY 3441.4003 Furnish/Install Alum Sign Ground Mount 3441 30 EA 3471.0001 Traffic Control 3471 13 MO 3217.0109 Preformed Thermoplastic Contrast Markings 32 1723 LF 3217.1004 Lane Legend Only 32 17 23 EA 3217.1002 Lane Legend Arrow 34 17 23 EA 3217.0504 Preformed Thermoplastic Contrast 35 1723 EA 3217.0202 8" SLD Pvmt Marking HAS (Y) 36 17 23 LF 3217.0201 8" SLD Pvmt Marking HAS (W) 37 17 23 LF 3217.0403 18" SLD Pvmt Marking HAE (Y) 38 17 23 LF 00 42 43 DAP - BIT) PROPOSAL. Page 4 of 7 Bidder's Application Bid Quantity 5704 3653 1329 403 438 1751 3 3 510 4 7 2 631 150 4102 TOTAL JNIT IV: PAVING IMPROVEMENTS ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bidder's Proposal Unit Price I Bid Value $54.00 $308,016.001 $5.00 $18,265.001 $72.00 $95,688.001 $154.42 $62,231.261 $26.00 $11,388.001 $5.85 $10,243.351 $416.98 $1,250.941 $6,000.00 $18,000.001 $32.00 $16,320.001 $216.74 $866.96 1 $257.59 $1,803.131 $32.00 $64.00 1 $3.70 $2,334.701 $3.18 $477.00 1 $7.47 $30,641.941 1 1 $577,590.28 revised_00 42 43_Bid Proposal_DAP.xis UNIT PRICE BID Bidlist Item No. 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 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description Specification Unit of Section No. Measure UNIT V: STREET LIGHTING IMPROV =MENTS 2605.3118 Furnish/Install Conduit -Schedule 80 PVC 2 26 05 33 LF 3441.1405 NO 2 Insulated Elec Condr 3441 10 LF 3441.1632 Install Type 33A Arm 3441 20 EA 3441.3050 Furnish/Install LED Lighting Fixture (70 watt 3441 20 EA 3441.3302 Rdwy Illum Foundation TY 3,5,6, and 8 3441 20 EA 3441.3342 Rdwy Illum TY 18 Pole 3441 20 EA 3441.1501 Furnish/Install Ground Box Type B 3441 10 EA 9999.0000 Pole Mounted Transformer 00 00 00 EA 00 42 43 DAP - BIT) PROPOSAL. Page 5 of 7 Bidder's Application Bidder's Proposal Bid Unit Price Bid Value Quantity 437 $16.20 $7,079.401 437 $2.44 $1,066.281 4 $1,200.00 $4,800.001 4 $457.46 $1, 829.84 1 4 $1,129.98 $4,519.921 4 $3,329.66 $13,318.641 5 $4,929.00 $24,645.001 1 $8,200.00 $8,200.001 1 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $65,459.08 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 revised_00 42 43—Bid Proposal_DAP.xis UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 7 of 7 Bidder's Application Bidlist Item Description Specification Unit of Bid No. Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: S&W Construction 6230 E.Interstate 20 Aledo, TX 76008 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid BY: James Satterwhite TITL�rojectger DATE: END OF SECTION Bidder's Proposal Unit Price I Bid Value $146,750.00 $74,730.00 $80,595.00 $577,590.28 $65,459.08 $945,124.36 120 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 revised_00 42 43_Bid Proposal_DAP.xIs 1 2 3 4 5 7 0045 12 -1 PREQUALIFICATION STATEMENT Page 1 of 2 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifyingthe prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. MajorWork Prequalification Contractor/Subcontractor Company Name Type Expiration Date Water Mains for Trophy Construction Services, LLC 04/30/2026 New Development Wastewater Trophy Construction Services, LLC 04/30/2026 Mains for New Development Paving, Striping, DFW Paving, LLC 04/19/2026 and Street Lights Improvements for New Development Storm Trophy Construction Services, LLC 04/30/2026 Improvements for New Development CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTON SPECIFICATION DOCUMENTS City Project No, 105656 Revised September 30, 2021 0045 12 -2 PREQUALIFICATION STATEMENT Page 2 of 2 1 2 The undersigned hereby certifies that the contractors and/or subcontractors described 3 in the table above are currently prequalified for the work types listed. 4 5 BIDDER: M* 7 8 9 10 11 12 13 14 15 16 17 Ful 19 S¢ W CQv t,-CA: O►, By: RfIAO4n i `e.Vly� �Stj.-. Company (Please Print) [tl210 F=g2,5+ -Ze?+.e/�Signature:_ A Address I x• -_ Title: pirtsia"�SZ�----------------- City/State/Zip (Please Print) Date:.. - END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 30, 2021 RaceTrac Risinger City Project No. 105656 FORTWORTH. May 06, 2025 Mr Wade Allard Trophy Construction Services LLC 236 E Ellison St. Burleson, TX 76028 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Mr. Allard: Thank you for your submittal of information and data toward prequalification to perform our work. We are pleased to advise that your prequalification has been finalized. A bid limit $15,024,870.00 has been established for your organization based on the financial data submitted. Your firm is prequalified to perform the following work: -- Wastewater Mains (21" and under) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods -- Water Mains (12" and under) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods The prequalification and bid limit established above will remain current through 4/30/2026 This date was established to be sixteen (16) months from the date of the most recent financial statement received, unless rescinded for cause. Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit. Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort Worth Water Department. We appreciate your interest in our work and should you have some question in this or other matters within our purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392- 6055. Yours very trulyJ0111) MAIL T0: John Kasavich, P.E. Fort Worth Water Department f�� y Engineering & Regulatory Services ,r Chris Harder, P.E. 200 Texas Street Water Director Fort Worth, TX 76102 Fort Worth LEXIM WATER DEPARTMENT A1r IM CAPITAL DELIVERY 1 I I THE CITY OF FORT WORTH * 100 Fort Worth Trail * FORT WOItTfl, TEXAs 76102 817-392-8362 *FAX 817-392-8195 1964 - 1993 .2011 yr Printed on recycled paper FORTWORTH April 19, 2024 DFW Paving, LLC 5890 E. Berry Street Fort Worth, Texas 76119 Attn: Andrew Cole RE: PREQUALIFICATION FOR PAVING PROJECTS City of Fort Worth Dear Mr. Cole: The City of Fort Worth Department of Transportation and Public Works has reviewed the material that you submitted for prequalification renewal to perform street paving in the City of Fort Worth. This letter is to advise you that you that DFW Paving, LLC has been deemed qualified to bid upon and perform the types of street paving indicated, up to the limits specified. Asphalt Paving Construction/Reconstruction (less than 15,000 square yards) Asphalt Paving Construction/Reconstruction (greater than 15,000 square yards) Asphalt Paving Heavy Maintenance (Under $1,000,000) This prequalification is effective April 19, 2024 and your project bid limit is $1,382,420.00 based upon the submitted financial statement. It shall remain in place for two (2) years as long as you remain in good standing with the City of Fort Worth. Prior to the end of the two years, you will be required to submit an updated financial statement for prequalification renewal consideration in accordance with the City specifications. In the interim, if you have any questions or comments, please do not hesitate to contact me. Sit r -ly, c� Edgar J. Ga is Construction Manager Transportation & Public Works Dept. Cc: file 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 2 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on 5 City Project No. 105656. Contractor further certifies that, pursuant to Texas Labor Code, 6 Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. Il 9 CONTRACTOR: 10 11 S & W Construction Partners LP By: Bryan Tennison 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 Company (Please Print) 6230 Interstate 20 Signature: �-- Address Aledo, TX 76008 City/State/Zip THE STATE OFT EXAS § 161611llelri'0I,aUdIN: -11z a Title: President (Please Print) ORE ME, the undersigned authority, on this day personally appeared 1`6i(XA6VV') known to mo to be the person whose name is subscrihed to tho foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of forthe purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNpER MY HAND AND SEAL OF OFFICE this TC4 ___day of 20 ? &a,vics'; Notary Public in and for the State of Texas 13RANDI LEE SMITH ... p��'' Notary Public, State of Texas WJOZ Comm, Expires 10-29.2027 Notary ID 130424068 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.105656 Revised April 2, 2014 004526-2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of 2 END OF SECTION CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.105656 Revised April. 2, 2014 005243-1 1 SECTION 00 52 43 AGREEMENT Developer Awarded Project Agreement Page 1 of 6 3 THIS AGREEMENT, authorized on March 21", 2025, is made by and between the Developer, 4 RaceTrac, Inc., authorized to do business in Texas ("Developer"), and S&W Construction. 5 authorized to do business in Texas, acting by and through its duly authorized representative, 6 ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree 8 as 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 14 is generally described as follows: 15 RaceTrac Risinger 16 City Project No. 105656 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 120 working days the date when 23 the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City 24 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 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 6 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 zero ($0.00) for each day that expires after the time specified in Paragraph 3.2 35 for Final Acceptance until the City issues the Final Letter of Acceptance. 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the 38 Contract Documents an amount in current funds of nine hundred fortv-five thousand, one 39 hundred twentv-four dollars and thirtv-six cents. ($945,124.36). 40 Article S. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between Developer 43 and Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. 59 4. Supplementary Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised June 16, 2016 RaceTrac Risinger City Project No. 105656 005243-3 Developer Awarded Project Agreement Page 3 of 6 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract 68 Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 6 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 by 79 the contractor, its officers, agents, employees, subcontractors, licenses or invitees under 80 this contract. This indemnification provision is specifically intended to operate and be 81 effective even if it is alleged or proven that all or some of the damages being sought 82 were caused, in whole or in part, by anv act, omission or negligence of the citv. This 83 indemnity provision is intended to include, without limitation, indemnity for costs, 84 expenses and legal fees incurred by the city in defending against such claims and causes 85 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 provision 92 is specifically intended to operate and be effective even if it is alleged or proven that all 93 or some of the damages being sought were caused, in whole or in part, by anv act, 94 omission or negligence of the city. 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. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised June 16, 2016 005243-5 Developer Awarded Project Agreement Page 5 of 6 107 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 111 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. 116 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 122 counterparts. 123 124 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 125 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised June 16, 2016 126 005243-6 Developer Awarded Project Agreement Page 6 of 6 Contractor: Developer: S&W Construction RaceTrac, Inc. By: � � f By: —(Sinaturej (Signature} Bryan Tennison (Printed Name) Title: Company Name: S&W Construction Address: 6230 E. Interstate 20 City/State/Zip: Aledo, TX 76008 4/29/2025 Date 127 (Printed Name) Title: V -, 6 e ?ces Zo� e,^.4. Company name: RaceTrac, Inc. Address: 200 Galleria Parkway SE, Suite 900 City/State/Zip: Atlanta, GA 30339 s-/_ &/zo,2s Date CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No.105656 Revised June 16, 2016 DEVELOPMENT BOND GUARANTEEING PERFORMANCE AND PAYMENT OF IDIPROVEMENTS Bond No. US00150084SU25A KNOW ALL MEN BY THESE PRESENTS, that we, XL Specialty RaceTrac, Inc. ), as Principal, and ( Insurance Company ), a corporation organized and existing under the laws of the State of Delaware . and fully authorized to transact business in the State of Texas, as surety, are held and firmly bound unto CITY OF FORT WORTH, TEXAS, 100 Fort Worth Trail, Fort Worth, Texas, 76102, as Obligee, in the penal sum of (S 945,124.36 ) lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEAREAS, ( RaceTrac, Inc. ) has agreed to construct in ( RaceTrac Risinger, City Project No. 105656, CFA24-0162 ), in the CITY OF FORT WORTH, TEXAS the following improvements: Infrastructure components to be covered in the CFA Water, ( Sewer, Paving, Storm Drain, Street Lights Improvements ) WHEREAS, in the event of bankruptcy, default or other nonperformance by Principal, claims against Principal or the development, Obligee may be left without adequate satisfaction. NOW, THE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall construct, or have constructed, the improvements herein described, and shall pay for the cost of all labor, materials and equipment furnished in connection with the construction of said improvements, and shall save the Obligee harmless from any loss, cost or damage by reason of its failure to complete the construction of said improvements or by reason of its failure to pay for the cost of same, then this obligation shall be null and void, otherwise to remain in full force and effect; and upon receipt of a claim by the City of Fort Worth indicating that the construction of said improvements has not been completed, or that the costs for same have not been paid, the Surety will pay to the City of Fort Worth such amount up to the amount of this bond which will allow the City of Fort Worth to complete construction of said improvements and to pay for the costs of same. We hereby agree with you that the draft(s) drawn under and in compliance with the terms of this bond will be duly honored upon presentation at: (Surety) XL Specialty Insurance Company mail code: 06901 , (Surety Address) 677 WASHINGTON BLVD., 10TH FLOOR, SUITE 1000, STAMFORD, CT 06901 Attn: Claim Department or by facsimile to (surety: XL Specialty Insurance Company Fax Number N/A confrimed by a phone call at (203) 964-5200 PROVIDED FURTHER, that this bond shall automatically be increased by the amount of any change order, supplemental agreement or amendment which increase the price of the aforementioned contract. PROVIDED FURTHER, that if any legal action be filed on this bond, the laws of the State of Texas shall apply and that venue shall lie exclusively in Tarrant County, Texas. AND PROVIDED FLIRTER, that the said surety, for value received, hereby stipulates and agrees that no charge, extension of time, alteration or addition to the terms of any contract for the public affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of such contract. This bond is given pursuant to the provisions of Section 212.073 of the Texas Local Government Code, as such may amended from time to time. Signed, sealed and dated this 4th day of April . 2025 . DEVELOPER'S NAME RaceTrac rincip By: Name SURETY COMPANY'S NAME Insurance Company Surety -in-Fact, Michelle Anne McMahon Docusign Envelope ID: 66FE69CD-4OA1-49C2-9141-6B585DO6003E Power Insura ce C THIS IS NOT A BOND NUMBER rney XL Specialty Insurance Company Greenwich Insurance Company LIMITED POWER OF ATTORNEY M.- XL1632320 KNOW ALL MEN BY THESE PRESENTS: That XL Specialty Insurance Company, and Greenwich Insurance Company, both Delaware insurance companies with offices located at 505 Eagleview Blvd., Exton, PA 19341, do hereby nominate, constitute, and appoint: Kathryn Pryor, Jennifer GodeM Gentry Stewart' Michelle Anne McMahon, Rebecca Sanford, Sarah Murtha, Cannot W0/Per4 Jonathan Gleason, Nicholas Miller, Dori ra Mojica, Richard Hackner, Robyn Salley, Chad Johnson, Charles e.cl?1 sKt�ilae Mno?lawful Att rney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed $150,000,000.00. Such bonds and undertakings, when duly executed by the aforesaid Attorney (s) - in - Fact shall be binding upon each said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. The Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of each of the Companies on the 18th day of September 2024. RESOLVED, that Eric Donofrio. Dave Maguire, Lian Phua,Jim Richert and Kevin Mirsch are hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bands, undertakings, contracts or obligations in surety or co -surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest the execution of any such bonds, undertakings, contracts or obligations in surety or co -surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that Eric Donofrio. Dave Maguire, Lian Phua aim Richert and Kevin Mirsch each is hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co -surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co -surety with others to which it is attached. IN WITNESS WHEREOF, the XL SPECIALTY INSURANCE COMPANY and GREENWICH INSURANCE COMPANY has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duty authorized officers this March 28th, 2025. XL SPECIALTY INSURANCE COMPANY x � GREENWICH INSURANCE COMPANY �. SEAL.:Yg sent. Kevin M. Mirsch, SECRETARY STATE OF PENNSYLVANIA COUNTY OF CHESTER Attest: David Maguire, ASSISTANT SECRETARY On this 28th day of March, 2025, before me personally came Kevin Mirsch to me known, who, being duly swom, did depose and say: that he is Secretary of XL SPECIALTY INSURANCE COMPANY and GREENWICH INSURANCE COMPANY, described in and whir executed the above instrument; that he knows the seals of said Companies; that the seals affixed to the aforesaid instrument is such corporate seals and were affixed thereto by order and authority of the Boards of Directors of said Companies; and that he executed the said instrument by like order. CWW WWaaflh of Pwa*ybanla-Nody Saal Rebecca C. Shat oub, Notary Public NOMataptOn Coast' MyoDmmissian exorallApril1268 2028 2�Na Rebecca C. ShalhOUb, NOTARY PUBLIC WlrTheL Pa '. STATE OF PENNSYLVANIA COUNTY OF CHESTER I, David Maguire, Assistant Secretary of XL SPECIALTY INSURANCE COMPANY and GREENWICH INSURANCE COMPANY, corporations of the State of Delaware, do hereby certify that the above and forgoing is a full, true and correct copy of a Power of Attorney issued by said Companies, and that I have compared same with the original and that R is a correct transcript therefrom and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked. nIN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation, at the City of Stamford, this / � day of 11 David Maguire, ASSISTANT SECRETARY This Power of Attorney may not be used to execute any bond with an inception date after 3/28/2027 S B0041 NOTICE TO POLICYHOLDERS TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent. You may call XL Catlin's toll -free telephone number for information or to make a complaint at: 1-800-622-7311 You may also write to XL Catlin at: Seaview House 70 Seaview Avenue Stamford, CT 06902-6040 AVISO IM PORTANTE Para obtener informaci6n o para presentar una queja: Usted puede comunicarse con su agente. Usted puede llamar al numero de telefono gratulto de XL Catlin's para obtener informaci6n o para presentar una queja al: 1-800-622-7311 Usted tambien puede escribir a XL Catlin: Seaview House 70 Seaview Avenue Stamford, CT 06902-6040 You may contact the Texas Department of Insurance to Usted puede comunicarse con el Departamento de obtain information on companies, coverages, rights or Seguros de Texas para obtener informaci6n sobre complaints at: companias, coberturas, derechos, o quejas al: 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov To obtain price and policy form comparisons and other information relating to residential property insurance and personal automobile insurance, you may visit the Texas Department of Insurance/Office of Public Insurance Counsel Website: www.helpinsure.com PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Para obtener formas para la comparaci6n de preclos y p6lizas y para obtener otra informaci6n sobre el seguro de propiedad residencial y de seguro de autom6vil personal, visite el sitio web del Departamento de Seguros de Texas/Oficina del Asesor Publico de Seguros: www.helpinsure.com DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una diisputa relacionada con su prima de seguro o con una reclamaci6n usted debe comunicarse con (el agente) (la compania) primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ATTACH THIS NOTICE TO YOUR POLICY: ADJUNTE ESTE "ISO A SU POLIZA: Este aviso es This notice is for information only and does not become solamente para prop6sitos informativos y no se a part or condition of the attached document. convierte en parte o en condici6n del documento adjunto. PN TX 01 1015 © 2015 X.L. America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. XL Insurance Reinsurance Commercial Bond - Contact Information All correspondence in conjunction with this bond must be directed to the following address or Email: XL Specialty Insurance Company Surety Administrative Office 677 Washington Blvd 10th Floor Stamford CT, 06901 For general inquiries please contact: XL-Surety-General(cDaxaxl.com For claims inquiries please contact: AXAXL-BondClaims(cDaxaxl.com Commercial Bond - Correspondence NOTICE TO POLICYHOLDERS FRAUD NOTICE Arkansas Any person who knowingly presents a false or fraudulent claim for payment of a loss or benefit or knowingly presents false information in an application for insurance is guilty of a crime and may be subject to fines and confinement in prison. Colorado It is unlawful to knowingly provide false, incomplete, or misleading facts or information to an insurance company for the purpose of defrauding or attempting to defraud the company. Penalties may include imprisonment, fines, denial of insurance, and civil damages. Any insurance company or agent of an insurance company who knowingly provides false, incomplete, or misleading facts or information to a policyholder or claimant for the purpose of defrauding or attempting to defraud the policyholder or claimant with regard to a settlement or award payable from insurance proceeds shall be reported to the Colorado Division of Insurance within the Department of Regulatory Agencies. District of WARNING: It is a crime to provide false or misleading information to an insurer for the Columbia purpose of defrauding the insurer or any other person. Penalties include imprisonment and/or fines. In addition, an insurer may deny insurance benefits if false information materially related to a claim was provided by the applicant. Florida Any person who knowingly and with intent to injure, defraud, or deceive any insurer files a statement of claim or an application containing any false, incomplete, or misleadinq information is guilty of a felony of the third degree. Kansas A "fraudulent insurance act' means an act committed by any person who, knowingly and with intent to defraud, presents, causes to be presented or prepares with knowledge or belief that it will be presented to or by an insurer, purported insurer, broker or any agent thereof, any written, electronic, electronic impulse, facsimile, magnetic, oral, or telephonic communication or statement as part of, or in support of, an application for the issuance of, or the rating of an insurance policy for personal or commercial insurance, or a claim for payment or other benefit pursuant to an insurance policy for commercial or personal insurance which such person knows to contain materially false information concerning any fact material thereto; or conceals, for the purpose of misleadinq, information concerning any fact material thereto. Kentucky Any person who knowingly and with intent to defraud any insurance company or other person files an application for insurance 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. Louisiana Any person who knowingly presents a false or fraudulent claim for payment of a loss or benefit or knowingly presents false information in an application for insurance is guilty of a crime and may be subject to fines and confinement in prison. Maine It is a crime to knowingly provide false, incomplete or misleading information to an insurance company for the purpose of defrauding the company. Penalties may include imprisonment, fines, or denial of insurance benefits. Maryland Any person who knowingly or willfully presents a false or fraudulent claim for payment of a loss or benefit or who knowingly or willfully presents false information in an application for insurance is guilty of a crime and may be subject to fines and confinement in prison. New Jersey Any person who includes any false or misleading information on an application for an insurance policy is subject to criminal and civil penalties. New Mexico ANY PERSON WHO KNOWINGLY PRESENTS A FALSE OR FRAUDULENT CLAIM FOR PAYMENT OF A LOSS OR BENEFIT OR KNOWINGLY PRESENTS FALSE INFORMATION IN AN APPLICATION FOR INSURANCE IS GUILTY OF A CRIME AND MAY BE SUBJECT TO CIVIL FINES AND CRIMINAL PENALTIES. PN CW 010617 Page 1 of 3 © 2017 X.L. America, Inc. All Rights Reserved. May not be copied without permission. NOTICE TO POLICYHOLDERS New York General: All applications for commercial insurance, other than automobile insurance: Any person who knowingly and with intent to defraud any insurance company or other person files an application for insurance or statement 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 shall also be subject to a civil penalty not to exceed five thousand dollars and the stated value of the claim for each such violation. All applications for automobile insurance and all claim forms: Any person who knowingly makes or knowingly assists, abets, solicits or conspires with another to make a false report of the theft, destruction, damage or conversion of any motor vehicle to a law enforcement agency, the department of motor vehicles or an insurance company, commits a fraudulent insurance act, which is a crime, and shall also be subject to a civil penalty not to exceed five thousand dollars and the value of the subject motor vehicle or stated claim for each violation. Fire: Any person who knowingly and with intent to defraud any insurance company or other person files an application for insurance containing any false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act, which is a crime. The proposed insured affirms that the foregoing information is true and agrees that these applications shall constitute a part of any policy issued whether attached or not and that any willful concealment or misrepresentation of a material fact or circumstances shall be grounds to rescind the insurance policy. Ohio Any person who, with intent to defraud or knowing that he is facilitating a fraud against an insurer, submits an application or files a claim containing a false or deceptive statement is guilty of insurance fraud. Oklahoma WARNING: Any person who knowingly, and with intent to injure, defraud or deceive any insurer, makes any claim for the proceeds of an insurance policy containing any false, incomplete or misleading information is guilty of a felony. Pennsylvania All Commercial Insurance, Except As Provided for Automobile Insurance: Any person who knowingly and with intent to defraud any insurance company or other person files an application for insurance or statement 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. Automobile Insurance: Any person who knowingly and with intent to injure or defraud any insurer files an application or claim containing any false, incomplete or misleading information shall, upon conviction, be subject to imprisonment for up to seven years and the payment of a fine of up to $15,000. Puerto Rico Any person who knowingly and with the intention of defrauding presents false information in an insurance application, or presents, helps, or causes the presentation of a fraudulent claim for the payment of a loss or any other benefit, or presents more than one claim for the same damage or loss, shall incur a felony and, upon conviction, shall be sanctioned for each violation by a fine of not less than five thousand dollars ($5,000) and not more than ten thousand dollars ($10,000), or a fixed term of imprisonment for three (3) years, or both penalties. Should aggravating circumstances [be] present, the penalty thus established may be increased to a maximum of five (5) years, if extenuating circumstances are present, it may be reduced to a minimum of two (2) years. PN CW 010617 Page 2 of 3 © 2017 X.L. America, Inc. All Rights Reserved. May not be copied without permission. NOTICE TO POLICYHOLDERS Rhode Island Any person who knowingly presents a false or fraudulent claim for payment of a loss or benefit or knowingly presents false information in an application for insurance is guilty of a crime and may be subject to fines and confinement in prison. Tennessee All Commercial Insurance, Except As Provided for Workers' Compensation It is a crime to knowingly provide false, incomplete or misleading information to an insurance company for the purpose of defrauding the company. Penalties include imprisonment, fines and denial of insurance benefits. Workers' Compensation: It is a crime to knowingly provide false, incomplete or misleading information to any party to a workers' compensation transaction for the purpose of committing fraud. Penalties include imprisonment, fines and denial of insurance benefits. Utah Workers' Compensation: Any person who knowingly presents false or fraudulent underwriting information, files or causes to be filed a false or fraudulent claim for disability compensation or medical benefits, or submits a false or fraudulent report or billing for health care fees or other professional services is guilty of a crime and may be subject to fines and confinement in state prison. Virginia It is a crime to knowingly provide false, incomplete or misleading information to an insurance company for the purpose of defrauding the company. Penalties include imprisonment, fines and denial of insurance benefits. Washington It is a crime to knowingly provide false, incomplete or misleading information to an insurance company for the purpose of defrauding the company. Peralties include imprisonment, fines and denial of insurance benefits. West Virginia Any person who knowingly presents a false or fraudulent claim for payment of a loss or benefit or knowingly presents false information in an application for insurance is guilty of a crime and may be subject to fines and confinement in prison. All Other States Any person who knowingly and willfully presents false information in an application for insurance may be guilty of insurance fraud and subject to fines and confinement in prison. (In Oregon, the aforementioned actions may constitute a fraudulent insurance act which may be a crime and may subject the person to penalties). PN CW 01 0617 Page 3 of 3 C 2017 X.L. America, Inc. All Rights Reserved. May not be copied without permission. NOTICE TO POLICYHOLDERS U.S. TREASURY DEPARTMENT'S OFFICE OF FOREIGN ASSETS CONTROL ("OFAC") No coverage is provided by this Policyholder Notice nor can it be construed to replace any provisions of your policy. You should read your policy and review your Declarations page for complete information on the coverages you are provided. This Policyholder Notice provides information concerning possible impact on your insurance coverage due to the impact of U.S. Trade Sanctions'. Please read this Policyholder Notice carefully. In accordance with the U.S. Department of the Treasury's Office of Foreign Assets Control ("OFAC") regulations, or any other U.S. Trade Sanctions applied by any regulatory body, if it is determined that you or any other insured, or any person or entity claiming the benefits of this insurance has violated U.S. sanctions law, is a Specially Designated National and Blocked Person ("SDN"), or is owned or controlled by an SDN, this insurance will be considered a blocked or frozen contract. When an insurance policy is considered to be such a blocked or frozen contract, neither payments nor premium refunds may be made without authorization from OFAC. Other limitations on the premiums and payments also apply. ' "U.S Trade Sanctions" may be promulgated by Executive Order, act of Congress, regulations from the U.S. Departments of State, Treasury, or Commerce, regulations from the State Insurance Departments, etc. PN CW 05 1017 ©2017 X.L. America, Inc. All rights reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission. NOTICE TO POLICYHOLDERS PRIVACY POLICY The XL Catlin insurance group (the "Companies"), believes personal information that we collect about our customers, potential customers, and proposed insureds (referred to collectively in this Privacy Policy as "customers") must be treated with the highest degree of confidentiality. For this reason and in compliance with the Title V of the Gramm -Leach -Bliley Act ("GLBA"), we have developed a Privacy Policy that applies to all of our companies. For purposes of our Privacy Policy, the term "personal information" includes all information we obtain about a customer and maintain in a personally identifiable way. In order to assure the confidentiality of the personal information we collect and in order to comply with applicable laws, all individuals with access to personal information about our customers are required to follow this policy. Our Privacv Promise Your privacy and the confidentiality of your business records are important to us. Information and the analysis of information is essential to the business of insurance and critical to our ability to provide to you excellent, cost- effective service and products. We understand that gaining and keeping your trust depends upon the security and integrity of our records concerning you. Accordingly, we promise that: 1. We will follow strict standards of security and confidentiality to protect any information you share with us or information that we receive about you; 2. We will verify and exchange information regarding your credit and financial status only for the purposes of underwriting, policy administration, or risk management and only with reputable references and clearinghouse services; 3. We will not collect and use information about you and your business other than the minimum amount of information necessary to advise you about and deliver to you excellent service and products and to administer our business; 4. We will train our employees to handle information about you or your business in a secure and confidential manner and only permit employees authorized to use such information to have access to such information; 5. We will not disclose information about you or your business to any organization outside the XL Catlin insurance group of Companies or to third party service providers unless we disclose to you our intent to do so or we are required to do so by law; 6. We will not disclose medical information about you, your employees, or any claimants under any policy of insurance, unless you provide us with written authorization to do so, or unless the disclosure is for any specific busiiress exception provided in the law; 7. We will attempt, with your help, to keep our records regarding you and your business complete and accurate, and will advise you how and where to access your account information (unless prohibited by law), and will advise you how to correct errors or make changes to that information; and 8. We will audit and assess our operations, personnel and third party service providers to assure that your privacy is respected. Collection and Sources of Information We collect from a customer or potential customer only the personal information that is necessary for (a) determining eligibility for the product or service sought by the customer, (b) administering the product or service obtained, and (c) advising the customer about our products and services. The information we collect generally comes from the following sources: • Submission — During the submission process, you provide us with information about you and your business, such as your name, address, phone number, e-mail address, and other types of personal identification information; • Quotes — We collect information to enable us to determine your eligibility for the particular insurance product and to determine the cost of such insurance to you. The information we collect will vary with the type of insurance you seek; PN CW 02 1015 Page 1 of 3 © 2015 X.L. America, Inc. All Rights Reserved. May not be copied without permission. NOTICE TO POLICYHOLDERS Transactions — We will maintain records of all transactions with us, our affiliates, and our third party service providers, including your insurance coverage selections, premiums, billing and payment information, claims history, and other information related to your account; Claims — If you obtain insurance from us, we will maintain records related to any claims that may be made under your policies. The investigation of a claim necessarily involves collection of a broad range of information about many issues, some of which does not directly involve you. We will share with you any facts that we collect about your claim unless we are prohibited by law from doing so. The process of claim investigation, evaluation, and settlement also involves, however, the collection of advice, opinions, and comments from many people, including attorneys and experts, to aid the claim specialist in determining how best to handle your claim. In order to protect the legal and transactional confidentiality and privileges associated with such opinions, comments and advice, we will not disclose this information to you; and Credit and Financial Reports — We may receive information about you and your business regarding your credit. We use this information to verify information you provide during the submission and quote processes and to help underwrite and provide to you the most accurate and cost-effective insurance quote we can provide. Retention and Correction of Personal Information We retain personal information only as long as required by our business practices and applicable law. If we become aware that an item of personal information may be materially inaccurate, we will make reasonable effort to re -verify its accuracy and correct any error as appropriate. Storage of Personal Information We have in place safeguards to protect data and paper files containing personal information. Sharin4(Disclosinq of Personal Information We maintain procedures to assure that we do not share personal information with an unaffiliated third party for marketing purposes unless such sharing is permitted by law. Personal information may be disclosed to an unaffiliated third party for necessary servicing of the product or service or for other normal business transactions as permitted by law. We do not disclose personal information to an unaffiliated third party for servicing purposes or joint marketing purposes unless a contract containing a confidentiality/non-disclosure provision has been signed by us and the third party. Unless a consumer consents, we do not disclose "consumer credit report" type information obtained from an application or a credit report regarding a customer who applies for a financial product to any unaffiliated third party for the purpose of serving as a factor in establishing a consumer's eligibility for credit, insurance or employment. "Consumer credit report type information" means such things as net worth, credit worthiness, lifestyle information (piloting, skydiving, etc.) solvency, etc. We also do not disclose to any, unaffiliated third party a policy or account number for use in marketing. We may share with our affiliated companies information that relates to our experience and transactions with the customer. Policv for Personal Information Relatinq to Nonpublic Personal Health Information We do not disclose nonpublic personal health information about a customer unless an authorization is obtained from the customer whose nonpublic personal information is sought to be disclosed. However, an authorization shall not be prohibited, restricted or required for the disclosure of certain insurance functions, including, but not limited to, claims administration, claims adjustment and management, detection, investigation or reporting of actual or potential fraud, misrepresentation or criminal activity, underwriting, policy placement or issuance, loss control and/or auditing. PN CW 02 1015 Page 2 of 3 © 2015 X.L. America, Inc. All Rights Reserved. May not be copied without permission. NOTICE TO POLICYHOLDERS Access to Your Information Our employees, employees of our affiliated companies, and third party service providers will have access to information we collect about you and your business as is necessary to effect transactions with you. We may also disclose information about you to the following categories of person or entities: • Your independent insurance agent or broker; • An independent claim adjuster or investigator, or an attorney or expert involved in the claim; • Persons or organizations that conduct scientific studies, including actuaries and accountants; • An insurance support organization; • Another insurer if to prevent fraud or to properly underwrite a risk; • A state insurance department or other governmental agency, if required by federal, state or local laws; or • Any persons entitled to receive information as ordered by a summons, court order, search warrant, or subpoena. Violation of the Privacy Policv Any person violating the Privacy Policy will be subject to discipline, up to and including termination. For more information or to address questions regarding this privacy statement, please contact your broker. PN CW 02 1015 Page 3 of 3 © 2015 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Bond No.101404109 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 SECTION 00 6219 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § 00 62 19 - 1 MAINTENANCE BOND Page 1 of 4 That we S & W Construction Partners LP, known as "Principal' herein and Merchants Bonding Company (Mutual) , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, RaceTrac Incorporated, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of nine hundred fortv-five thousand, one hundred twentv-four dollars and thirty-six cents ($945,124.36), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 21 CFA Number CFA24-0162: and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the March 21, 2025 , which Contract is hereby referred to and a made part hereof 24 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 25 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 26 a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract 27 and designated as RaceTrac Risinger and CITY OF FORT WORTH RaceTrac Risinger STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTSCity Project No. 105656 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 4 1 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 2 accordance with the plans, specifications and Contract Documents that the Work is and will 3 remain free from defects in materials or workmanship for and during the period of two (2) years 4 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 6 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 7 receiving notice from the Developer and/or City of the need thereof at any time within the 8 Maintenance Period. N 10 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 11 any defective Work, for which timely notice was provided by Developer or City, to a completion 12 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 13 full force and effect. 14 15 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 16 noticed defective Work, it is agreed that the Developer or City may cause any and all such 17 defective Work to be repaired and/or reconstructed with all associated costs thereof being 18 borne by the Principal and the Surety under this Maintenance Bond; and 19 20 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 21 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 22 Worth Division; and 23 24 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 25 recoveries may be had hereon for successive breaches. 26 CITY OF FORT WORTH RaceTrac Risinger STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTSCIty Project No. 105656 Revised January 31, 2012 00 62 19 - 3 MAINTENANCE BOND Page 3 of 4 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 22nd of April, 2025 3 4 5 6 7 8 9 10 11 MINIMUM S & W Construction Partners LP ATTEST: BY: �Vl Signature (Principal) Secretary James Satterwhite - Sr. Proiect Manager Witness as to Principal Name and Title Address: S & W Construction Partners LP 6230 E. Interstate 20 Aledo, TX 76008 CITY OF FORT WORTH RaceTrac RIsinger STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTSCity Project No. 105656 Revised January 31, 2012 I 2 3 4 5 6 7 8 ATTEST: CaitliAelley (Surety) Secretary Payton Blanchard Witness as to Surety 006219-4 MAINTENANCE BOND Page 4of4 SURETY: Merchants Bonding Company (Mutual) BY: l Signature Jessica Turner, Attorney -in -Fact Name and Title Address: Merchants Bonding Company (Mutual) PA. Box 14498 Des Moines, lA 50306 Telephone Number: (515) 243-8171 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTSCity Project No. 105656 Revised January31, 2012 RaceTrac Risinger .MERCHANTS�+�, BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC„ both being corporations of the State of Iowa, dlbta Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Allison C Lueck; Bryan Simpson; Cadda E Eary; Caitlin Kelley; Donna Martinez; H E Wilkins; Haley Crocker; James R Reid; Jessica Turner; Julie Lindsey; Kay Blair; Lindsay Senior; Malachi Smith; Marie Reyna; Markham Paukune; Michelle Blizzard; Payton Blanchard; Ralph E French; Sandra Fuller; Shane Smith; Shawn Blacklock; Teresa C Smith; Tina LaValley; William Blanchard their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, sea] and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the Slate of Florida Department of Transportation making payment of the final estimate to the Contractor andtor its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 27th day of March 2025 - •.,rl•A.1:,,,. P Rq Sa % i 2003 . p1NG CQ. o Co ' 1933 STATE OF IOWA '•yirRil`+,,d+ •+, * ++ • • +• COUNTY OF DALLAS ss. On this 27th day of March 2025 , before me appeared Larry Taylor, to me personally known, who being by me duty sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. hP�ta�s Penni Miller r Z q Commission Number 787952 r- • • My Commission Expires y� 1OwA January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. dlbla MERCHANTS NATIONAL INDEMNITY COMPANY By President In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 22nd day of April 2025 . 2003 1933 ; c • Secretary :ijo .41 •+•r,'•'r••"lr+`++ '•+•+++'• POA 0018 (6/24) MERCHANTS r BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAx: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll -free telephone number for information or to make a complaint at: 1-800-678-8171 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 at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.aov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent 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. SUP 0032 TX (2/15) MERCHANTS+ BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 r_- Attaching to and forming part of Bond No. 101404109 Issued to S & W Construction Partners LP Effective date of Rider July 3, 2025 Change the Effective Date From: April 22, 2025 To: May 6, 2025 Signed, sealed and dated this 3rd day of July 120 25 Merchants Bonding Company (Mutual) By91 Jessica Turner, Attorney -in -Fact SUP 0017 (2115) MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, and MERCHANTS NATIONAL INDEMNITY COMPANY, an assumed name of Merchants National Bonding, Inc., (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Allison C Lueck; Bryan Simpson; Cadda E Eary; Caitlin Kelley; Donna Martinez; H E Wilkins; Haley Crocker; James R Reid; Jessica Turner; Julie Lindsey; Kay Blair; Lindsay Senior; Malachi Smith; Marie Reyna; Markham Paukune; Michelle Blizzard; Payton Blanchard; Ralph E French; Sandra Fuller; Shane Smith; Shawn Blacklock; Teresa C Smith; Tina LaValley; William Blanchard their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the By -Laws adopted by the Board of Directors of the Companies. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the naturethereof." "The signature of any authorized officer and the seat of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2nd day of June 2025 o,01NG. Co • •••• P[IONq� •�•.. • 0`0�yAL tty��.� MERCHANTS BONDING COMPANY (MUTUAL) ;iry�PO p�' ., • 'Y , MERCHANTS NATIONAL BONDING, INC. •GOR R9j� yam'• r��. �O� R4J Z r yPGp\\FORtir� MERCHANTS NATIONAL INDEMNITY COMPANY it OR 1933 :'cam: v'; 2003 io.a • • STATE OF IOWA President COUNTY OF DALLAS ss. On this 2nd day of June 2025 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ,PRIA�S Pennl Miller , Z P Commission Number 787952 • • My Commission Expires toWA January 20, 2027 casy\,_� (Expiration of notary's commission Notary Public does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF - ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 3rd day of July 2025 . G CO ION4 ••�1 G0 0%�4 ' 9yA . .•'iy �10 oR4� , z _ 1933 • �': 2003 ; jai; ; jr..'. Secretary •.� d •• ,d'• N.' ,aa. POA 0018 (5125) STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion .......................................... 12.01 Contractor's Warranty of Title ........... 12.02 Partial Utilization ................................ 12.03 Final Inspection ................................... 12.04 Final Acceptance ................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations............................................................................................................... 35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: NONE Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: NONE Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: NONE Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) ® Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ® Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105656 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105656 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105656 Revised December 20, 2012 012500-1 DAP 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 012500-2 DAP 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, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION 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 SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended as noted Firm Not recommended Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date Recommended Received late CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 013119-3 DAP 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] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 013216-1 DAP CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IW4011[HrfW.1e177%'/u101e189ZIZy011117V A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised July 1, 2011 013216-2 DAP CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised July 1, 2011 013216-3 DAP CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised July 1, 2011 013216-4 DAP CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. W ere work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised July 1, 2011 013216-5 DAP CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised July 1, 2011 013233-1 DAP 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. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 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 '/2 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 013300-3 DAP 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August 30, 2013 0135 13 -1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 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 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0135 13 -2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August, 30, 2013 0135 13 -3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0135 13 -4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August, 30, 2013 0135 13 -5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 SUBMITTALS [NOT USED] 2 1.4 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.5 CLOSEOUT SUBMITTALS [NOT USED] 4 1.6 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.7 QUALITY ASSURANCE [NOT USED] 6 1.8 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.9 FIELD [SITE] CONDITIONS [NOT USED] 8 1.10 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D. Johnson 13 III\I 1X17 W3I[t] I IQ I Revision Log SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August, 30, 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 01 35 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August, 30, 2013 1 2 3 4 Date: EXHIBIT B FORT WORTH DOE NO. xxxx Project Name: 0135 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) C630 MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised July 1, 2011 015713-1 DAP 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. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 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 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised July 1, 2011 0157 13 -3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised July 1, 2011 015813-1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 0158 13 -3 DAP TEMPORARY PROJECT SIGNAGE DATE NAME 4/7/2014 M. Domenech Revision Log SUMMARY OF CHANGE Revised for DAP application Page 3 of 3 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP 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 list of City approved products for use is available through the City's website at: httDs://apps.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 01 60 00 DAP 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 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM97[yW.307Z%140IBlel89,11101111114'9V A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2018 01 71 23 - 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 Stakine — 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. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2018 01 71 23 - 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. 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2018 01 71 23 - 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 PART2- 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 UFM 1►fy1 F.10 Q 01: I 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 .0.1 ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 8/31/2012 D. Johnson 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed Revised for DAP Application CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED 3.3 PREPARATION [NOT USED 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. hi some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105656 Revised April 7, 2014 1 2 3 PART 1 - GENERAL 4 1.1 S UNINIARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 03 30 00 -1 CAST -IN -PLACE CONCRETE Page 1 of 25 5 A Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Spec ification 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 PAYMIENT PROCEDURES 24 A. Cast -in -Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast -furnace slag CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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. Al53, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 22 Hardware. 23 c. Al93, Standard Specification for Alloy -Steel and Stainless Steel Bolting 24 Materials for High -Temperature Service and Other Special Purpose 25 Applications. 26 d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 29 Concrete Reinforcement. 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready -Mixed Concrete. 38 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 40 1. 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 03 30 00 - 3 CAST -IN -PLACE CONCRETE Page 3 of 25 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C595, Standard Specification for Blended Hydraulic Cements v. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. w. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. x. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. y. 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. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. bb. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. cc. E1155, 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. D1.4, Structural Welding Code -Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project condi- 13 tions, weather, test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCNs "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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 undercover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-Inch x 3/4-Inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger City Project No. 105656 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 specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTMA153, 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 makable cast iron furnished with full depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement, Portland -Limestone Cement a) ASTM C150, Type 1/11, gray b) ASTM C595, Type IL cement c) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 RaceTrac Risinger City Project No. 105656 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/a- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 RaceTrac Risinger City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 fc by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an in- 39 dependent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture, at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage, by weight, of cementitious materials other than Portland ce- 46 ment or Portland -Limestone cement in concrete as follows, unless specked 47 otherwise: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 03 30 00 -11 CAST -IN -PLACE CONCRETE Page 11 of 25 1 1) Fly Ash: 25 percent 2 2) Combined Fly Ash and Pozzolan: 25 percent 3 3) Ground Granulated Blast -Furnace Slag: 50 percent 4 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 5 Slag: 50 percent 6 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 7 cent 8 6) Silica Fume: 10 percent 9 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 10 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 11 cent 12 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 13 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 14 percent and silica fume not exceeding 10 percent 15 3. Limit water-soluble, chloride -ion content in hardened concrete to: 16 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 17 (typic al) 18 b. 0.15 percent by weight if concrete will be exposed to chlorides 19 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 20 continually dry and protected. 21 4. Admixtures 22 a. Use admixtures according to manufacturer's written instructions. 23 b. Do not use admixtures which have not been incorporated and tested in accepted 24 mixes. 25 c. Use water -reducing high -range water -reducing or plasticizing admixture in 26 concrete, as required, for placement and workability. 27 d. Use water -reducing and retarding admixture when required by high 28 temperatures, low humidity or other adverse placement conditions. 29 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 30 industrial slabs and parking structure slabs, concrete required to be watertight, 31 and concrete with a water-cementitious materials ratio below 0.50. 32 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 33 P. Concrete Mixtures 34 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 35 Highways, Streets, and Bridges" for: 36 a. Culverts 37 b. Headwalls 38 c. Wingwalls 39 2. Proportion normal -weight concrete mixture as follows: 40 a. Minimum Compressive Strength: 3,000 psi at 28 days 41 b. Maximum Water-Cementitious Materials Ratio: 0.50 42 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 43 inches before adding high -range water -reducing admixture or plasticizing 44 admixture, plus or minus 1 inch 45 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 46 inch nominal maximum aggregate size CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 03 30 00 -12 CAST -IN -PLACE CONCRETE Page 12 of 25 1 Q. Fabricating Reinforcement 2 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 3 R. Fabrication of Embedded Metal Assemblies 4 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 5 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 6 accordance with AWS D1.1. 7 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 8 All other metal assemblies shall be either hot dip galvanized or painted with an 9 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 10 installed in accordance with the manufacturer's instructions. Repair painted 11 assemblies after welding with same type of paint. 12 S. Concrete Mixing 13 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 14 ASTM C94, and furnish batch ticket information. 15 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 16 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 17 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 18 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 19 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 20 batch machine mixer. 21 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 22 minutes, but not more than 5 minutes after ingredients are in mixer, before any 23 part of batch is released. 24 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 25 seconds for each additional 1 cubic yard. 26 c. Provide batch ticket for each batch discharged and used in the Work, indicating 27 Project identification name and number, date, mixture type, mixture time, 28 quantity, and amount of water added. Record approximate location of final 29 deposit in structure. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION [NOT USED] 36 3.4 INSTALLATION 37 A. Formwork CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 -I 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 03 30 00 -14 CAST -IN -PLACE CONCRETE Page 14 of 25 1 4. Construct forms tight enough to prevent loss of concrete mortar. 2 5. Fabricate forms for easy removal without hammering or prying against concrete 3 surfaces. Provide crush or wrecking plates where stripping may damage cast 4 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 5 horizontal to 1 vertical. 6 a. Install keyways, reglets, recesses, and the like, for easy removal. 7 b. Do not use rust -stained steel form -facing material. 8 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 9 required elevations and slopes in finished concrete surfaces. Provide and secure 10 units to support screed strips; use strike -off templates or compacting -type screeds. 11 7. Construct formwork to cambers shown or specified on the Drawings to allow for 12 structural deflection of the hardened concrete. Provide additional elevation or 13 camber in formwork as required for anticipated formwork deflections due to weight 14 and pressures of concrete and construction loads. 15 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 16 caps, walls, and columns straight and to the lines and grades specified. Do no earth 17 form foundation elements unless specifically indicated on the Drawings. 18 9. Provide temporary openings for cleanouts and inspection ports where interior area 19 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 20 securely braced to prevent loss of concrete mortar. Locate temporary openings in 21 forms at inconspicuous locations. 22 10. Chamfer exterior corners and edges of permanently exposed concrete. 23 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 24 bulkheads required in the Work. Determine sizes and locations from trades 25 providing such items. 26 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 27 sawdust, dirt, and other debris just before placing concrete. 28 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 29 leaks and maintain proper alignment. 30 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 31 written instructions, before placing reinforcement, anchoring devices, and 32 embedded items. 33 a. Do not apply form release agent where concrete surfaces are scheduled to 34 receive subsequent finishes which maybe affected by agent. Soak contact 35 surfaces of untreated forms with clean water. Keep surfaces wetprior to 36 placing concrete. 37 B. Embedded Items 38 1. Place and secure anchorage devices and other embedded items required for 39 adjoining work that is attached to or supported by cast -in -place concrete. Use 40 setting drawings, templates, diagrams, instructions, and directions furnished with 41 items to be embedded. 42 a. Install anchor rods, accurately located, to elevations required and complying 43 with tolerances in AISC 303, Section 7.5. 44 1) Spacing within a bolt group: 1/8 inch 45 2) Location of bolt group (center): t/2 inch CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 03 30 00 -15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 3) Rotation of bolt group: 5 degrees 2 4) Angle off vertical: 5 degrees 3 5) Bolt projection: f 3/8 inch 4 b. Install reglets to receive waterproofing and to receive through -wall flashings in 5 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 6 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 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 willnot 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 03 30 00 -16 CAST -IN -PLACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 2 delaminated, or otherwise damaged form -facing material will not be acceptable for 3 exposed surfaces. Apply new form -release agent. 4 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 10 and reshoring. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support, and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS 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: f1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces: f3/8 inches for members 8 33 inches deep or less; f 1/2 inches for members over 8 inches deep, except that 34 tolerance for cover shallnot exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls: 1 inches 41 e. Slabs: 3/4 inches 42 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 03 30 00 -17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound, respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement 11 across construction joints, unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam -girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls, near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install 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. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated, according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Installin 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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, watermay 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 formworkdesign 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, Emit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work fromphysical damage or reduced strengththat 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 03 30 00 -19 CAST -IN -PLACE CONCRETE Page 19 of 25 I 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 3 05. 1 for hot -weather protection during curing. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces, including floors and slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water -fog spray 14 3) Absorptive cover, water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete, placed in widest practicable width, with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 03 30 00 - 21 CAST -IN -PLACE CONCRETE Page 21 of 25 1 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 2 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 4 with water, and brush -coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fillform-tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that, when dry, patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compactmortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM 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 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field -cured cylinders is less than 85 percent of companion 36 laboratory -cured cylinders, evaluate operations and provide corrective procedures 37 for protecting and curing in -place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive -strength tests equals or exceeds specified compressive 40 strength and no compressive -strength testvalue falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 El 155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values (FL) do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface, with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab -on -Grade Construction: f 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: f 3/4 inch 30 3) Top surfaces of all other slabs: f 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors, wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 10 DATE NAME 12/20/2012 D.Johnson 3/11//2022 ZelalemArega 11 END OF SECTION Revision Log SUMMARYOF CHANGE 2.2.0.3 — Removed Blue Te)d/Added Descriptions for water-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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 0334 13 -1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 - Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 03 34 13 - 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. flro1w.T011I[11]a&10:3UIMWlI:1110i112l0C17;70VENI I]e/:11W111):3ulYW1►.111K A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 0334 13 -3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix 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 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c. Strike off the excess material. 2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. D. If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. E. Determine slump in accordance with ASTM C 143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 0334 13 -5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within f 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1. During the progress of construction, the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 0334 13 -6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 0334 13 -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 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 03 80 00 - 2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 £ 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] f l9IMY11:3U 110 IM K A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit manufacturer's Product Data on all product brands proposed for use to the Engineer for review. 2. Include the manufacturer's installation and/or application instructions. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. When removing materials or portions of existing structures and when making openings in existing structures, take precautions and all erect all necessary barriers, shoring and bracing, and other protective devices to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to prevent damage to the structures or contents by falling or flying debris. B. Core sanitary sewer manhole penetrations. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers 1) Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Materials 1. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed. D. Epoxy Bonding Agent 1. A 2-component, solvent -free, asbestos -free, moisture -insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Strength (ASTM D695) 1) 8,500 psi minimum at 28 days b. Tensile Strength (ASTM D638) 1) 4,000 psi minimum at 14 days c. Flexural Strength (ASTM D790 - Modulus of Rupture) 1) 6,300 psi minimum at 14 days d. Shear Strength (ASTM D732) 1) 5,000 psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1) 1 percent maximum at 14 days f. Bond Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste 1. A 2-component, solvent -free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all -threads into hardened concrete and complying with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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] END OF SECTION CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 260500-1 COMMON WORKRESULTS FOR ELECTRICAL Page 1 of 5 1 SECTION 26 05 00 2 COMMON WORK RESULTS FOR ELECTRICAL 3 PART 1 - GINII2AL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor, materials and equipment required to install, test and provide an 7 operational, electrical system as specified and as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Electrical Facilities 16 a. Measurement 17 1) Measurement for this Item shall be by lump sum. 18 b. Payment 19 1) The work performed and materials furnished in accordance to this Item 20 shall be paid for at the lump sum price bid for "Electrical Facilities". 21 c. The price bid shall include: 22 1) Furnishing and installing a complete electrical system 23 2) Wire 24 3) Cable 25 4) Conduit and related hardware 26 5) Supports 27 6) Excavation 28 7) Furnishing, placement and compaction of backfill 29 8) Hauling 30 9) Clean-up 31 2. Furnish and Install Electrical Service 32 a. Measurement 33 1) Measurement for electrical service shall be per each type and size furnished 34 and installed. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid for "Furnish/Install Electrical 38 Service" shall be made at the price bid per each type and size installed. 39 c. The price bid shall include all aspects of completing the installation of electrical 40 service including, but not limited to: 41 1) Conduit CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 26 05 00 - 2 COMMON WORKRESULTS FOR ELECTRICAL Page 2of5 1 2) Pole risers 2 3) Meter base 3 4) Breaker box 4 5) Breakers 5 6) Coordination with Electrical Service Provider 6 3. Install Electrical Service 7 a. Measurement 8 1) Measurement for electrical service shallbe per each type and size installed. 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 Item shall be paid for at the unit price bid for "Install Electrical Service" 12 shall be made at the price bid per each type and size installed. 13 c. The price bid shall include all aspects of completing the installation of electrical 14 service including, but not limited to: 15 1) Conduit 16 2) Pole risers 17 4. Remove Electrical Service 18 a. Measurement 19 1) Measurement for electrical service shallbe per each type and size removed. 20 b. Payment 21 1) The work performed in accordance with this Item shall be paid for at the 22 unit price bid for "Remove Electrical Service" shall be made at the price bid 23 per each type and size removed. 24 c. The Price bid shall include all aspects of completing the removal of electrical 25 service including, but not limited to: 26 1) Foundation 2 ft below ground surface 27 2) Stand alone poles that services only the electrical service 28 1.3 REFERENC ES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. Underwriters Laboratories, Inc. (UL) 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination 36 1. Where references are made to the Related Work paragraph in each Specification 37 Section, referring to other Sections and other Divisions of the Specifications, the 38 Contractor shall provide such information or Work as may be required in those 39 references, and include such information or Work as may be specified. 40 2. Division 26 requirements apply to electrical work provided under any division of 41 the Specifications 42 B. Service and Metering 43 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, 44 Three Wire, 60 Hz from transformer equipment furnished and installed by the 45 power company. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 26 05 00 - 3 COMMON WORKRESULTS FOR ELECTRICAL Page 3 of 5 1 2. Power company responsibilities 2 a. Furnishing and installing the primary overhead conductors and pole line 3 b. Furnishing and installing the transformer or riser pole, primary cutouts, 4 lightning arresters and grounding 5 c. Furnishing and installing primary conduits and cables 6 d. Furnishing and installing the transformer pad and grounding (if pad -mounted 7 transformer) 8 e. Furnishing and installing transformer 9 f. Terminating underground primary cables 10 g. Furnishing metering current transformers (CT's), meter and meter wiring 11 h. Terminating secondary cables to the service transformer 12 i. Furnishing meter base and enclosure 13 3. Contractor responsibilities 14 a. Furnishing and installing secondary conduits and cables 15 b. Furnishing and installing power company approved metering current 16 transformer enclosure (if required by power company) 17 c. Installing meter base 18 d. Furnishing and installing an empty conduit with pull line from the metering 19 current transformer enclosure to the meter enclosure. Conduit size and type 20 approved by the power company 21 e. Coordinating electrical service installation with power company 22 4. City responsibilities 23 a. Negotiating with power company for the costs of new or revised services 24 b. Making payment directly to power company for such costs 25 C. Codes, Inspections and Fees 26 1. Obtain all necessary permits and pay all fees required for permits and inspections. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A. Materials and Equipment 33 1. New, except where specifically identified on the Drawings to be reused. 34 2. UL listed, where such listing exists. 35 3. Electrical service 36 a. Service type shall be as shown on the Drawings. 37 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 38 1.11 FIELD CONDITIONS [NOT USED] 39 1.12 WARRANTY 40 A. Manufacturer Warranty 41 1. Manufacturer's warranties are specified in each of the Specification Sections. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 26 05 00 - 4 COMMON WORKRESULTS FOR ELECTRICAL Page 4of5 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 5 A. Interpretation of Drawings 6 1. Coordinate the conduit installation with other trades and the actual supplied 7 equipment. 8 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 9 raceway installation. 10 3. Verify exact locations and mounting heights of lighting fixtures, switches and 11 receptacles prior to installation. 12 3.3 PREPARATION [NOT USED] 13 3.4 INSTALLATION 14 A. Phase Balancing 15 1. Connect circuits on motor control centers and panelboards to result in evenly 16 balanced loads across all phases. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP 21 A. Tests and Settings 22 1. Test systems and equipment furnished under Division 26. 23 2. Repair or replace all defective work. 24 3. Make adjustments to the systems as specified and/or required. 25 4. Prior to energizing electrical equipment, make all tests required by the individual 26 Specification sections. 27 a. Submit a sample test form or procedure. 28 b. Submit the required test reports and data within 30 days after the test. 29 c. Include names of all test personnel. 30 d. Initial each test. 31 5. Check wire and cable terminations for tightness. 32 6. Verify all terminations at transformers, equipment, capacitor connections, panels, 33 and enclosures by producing a 12 3 rotation on a phase sequence motor when 34 connected to A, B, and C phases. 35 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, 36 motor starters, and control equipment. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 26 05 00 - 5 COMMON WORKRESULTS FOR ELECTRICAL Page 5 of 5 1 8. Check interlocking, control and instrument wiring for each system and/or part of a 2 system to prove that the system will function properly as indicated by schematic 3 and wiring diagrams. 4 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 5 10. Provide qualified test personnel, instruments and test equipment. 6 11. Refer to the individual equipment Sections for additional specific testing 7 requirements. 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARYOF CHANGE 11/22/13 S. Arnold Added installation only pay item for electrical services 3/11 /22 S. Hobbs Added removal only pay item for electrical service 16 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 260510-1 DEMOLITION FOR ELECTRICAL SYSTEMS Page 1 of 4 SECTION 26 05 10 DEMOLITION FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish, install and test all equipment, wiring and appurtenances as may be required to perform the electrical demolition shown on the Drawings and as specified herein. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by lump sum. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Salvage Electrical Equipment". 3. The price bid shall include: a. Removing and salvaging electrical equipment including, but not limited to: 1) Wire and cable 2) Encasement 3) Conduit 4) Supports b. Excavation c. Furnishing, placement and compaction of backfill d. Hauling e. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. National Fire Protection Association (NFPA) a. 70, National Electrical Code (NEC) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 260510-2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 1. Coordinate with the City or their designee 48 hours in advance of removals. 2. Coordinate with other Trades for removal of electrical services in conjunction with the removal of the associated equipment. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. All salvage materials will be delivered by the Contractor to the City at a location designated by the Inspector. The Inspector, assisted by authorized representatives, will serve as the receiving agent for salvage material. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verify field measurements and circuiting arrangements. B. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Report Drawing discrepancies to City before disturbing the existing installation. 3.3 PREPARATION A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal. B. Coordinate utility service outages with Utility Company to minimize length and number of outages. C. Provide temporary wiring and connections to maintain existing systems in service during construction. D. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. E. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. F. Disable system only to make switchovers and connections. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 260510-3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 G. Obtain permission from City at least 1 week in advance, before partially or completely disabling system. 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Remove, relocate and extend existing installations to accommodate new construction. B. Remove abandoned wiring to source of supply. C. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. 1. Cut conduit flush with walls and floors and patch surfaces. D. Disconnect abandoned outlets and remove devices. 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 2. Provide blank cover for abandoned outlets which are not removed. E. Disconnect and remove abandoned panelboards and distribution equipment. F. Disconnect and remove electrical devices and equipment that has been removed. G. Repair adjacent construction and finishes damaged during demolition and extension work. H. Maintain access to existing installations which remain active. Modify installation or provide access to panels as appropriate. I. Where the demolition or revision of any portion of a raceway or box in the raceway system, in an area, causes the raceway system of the area to no longer comply with the classification or Specification requirements of the area, provide and install such boxes, fittings, etc. as may be necessary to return the raceway system to compliance with Specifications. J. Extend existing installations using materials and methods as specified for new Work. K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to the surroundings. L. Salvaged Equipment and Materials 1. The City shall have the right to retain any or all electrical and instrumentation equipment shown or specified to be removed from the site. 2. Deliver the City's equipment to a site designated by the City. 3. If the City refuses the salvage, the Contractor must claim ownership of the materials and dispose of them properly. 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of demolition and the City will designate those items that are to remain the property of the City. 5. Take necessary precautions in removing City designated property to prevent damage during the demolition process. a. Remove steel structural members by unbolting, cutting welds, or cutting rivet heads and punching shanks through holes. b. Do not use a cutting torch to separate the City's equipment or material. 6. Remove items in 1 piece or in a manner that does not impact their reuse. a. Loose components may be removed separately. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 260510-4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 4 b. Controls and electrical equipment may be removed from the equipment and handled separately. c. Large units may be handled separately. d. Salvaged piping shall be taken apart at flanges or fittings and removed in sections. M. Material removed from the construction site during demolition, and any equipment not otherwise designated to remain the property of the City in accordance with the pre - demolition identification process shall become the property of the Contractor, and shall be promptly removed from the construction site. N. Refurbish and replace any existing facility, to be left in place, which is damaged by the demolition operations. 1. The repair of such damage shall leave the parts in a condition at least equal to that found at the start of the work. 3.5 RESTORATION A. Clean and repair existing materials and equipment which remain or are to be reused. B. Panelboards 1. Clean exposed surfaces. 2. Check tightness of electrical connections. 3. Replace damaged circuit breakers. 4. Provide closure plates for vacant positions. 5. Provide typed circuit directory showing revised circuiting arrangement. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 260533-1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 26 05 43 — Underground Ducts and Raceways for Electrical Systems 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for conduit shall be per linear foot of the size, installation method, and type of conduit installed. 2) Limits of measurement for conduit are from center to center between ground boxes or poles, a combination of the two or to the termination point. b. Payment 1) Payment for conduit shall be made at the price bid per linear foot of the size, installation method, and type of conduit installed. c. The price bid shall include: 1) Installation of Conduit and Related Hardware including, but not limited to: a) Elbows b) Couplings c) Weatherheads 3. Conduit Boxes, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 26 05 33 - 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 4. Conduit Boxes, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for this Item shall be per each Conduit Box installed per location of installation. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid for "Conduit Box" installed. c. The price bid shall include: 1) Furnishing and installing the Conduit Box 2) Excavation 3) Furnishing, placement and compaction of backfill 4) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American National Standards Institute, Inc. (ANSI). a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum Conduit (ERAC). 3. National Electrical Manufacturers Association (NEMA). a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). b. C80.1, Electrical Rigid Steel Conduit. c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit. 4. National Fire Protection Association (NFPA) a. 70 — National Electrical Code (NEC). 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 2) Chapter 9, Tables. 5. Underwriters Laboratories (UL) a. 6, Electrical Rigid Metal Conduit — Steel. b. 51413, Conduit, Tubing and Cable Fittings. c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of UL. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 26 05 33 -3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 A. Product Data 1. Submit to the City, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers of all materials specified. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Refer to Specification Section 0160 00 for listing of approved manufacturers for all materials. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handling: In accordance with manufacturer's instructions. 2. Storage a. In accordance with manufacturer's instructions b. Not exposed to sunlight c. Completely covered 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. No separate warranty on conduit. PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 CONDUIT A. Liquidtight Steel Flexible Metal Conduit 1. Interlocked steel core 2. PVC jacket rated for 80 degrees Celsius 3. Complies with NEC Article 350 4. Fittings 5. Extruded from 6063 T-1 alloy 6. Maximum 0.1 percent copper content 7. Conform to: a. ANSI C80.5 b. UL-6 B. Rigid Steel Conduit 1. Hot dip galvanized 2. Threads: Hot galvanized after cutting CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 26 05 33 - 4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 3. Conforms to: a. NEMA C80.1 C. Rigid PVC Schedule 80 Conduit 1. Designed for use above ground and underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B D. Rigid PVC Schedule 40 Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled. 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B E. High Density Polyethylene (HDPE) Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. UL 651A b. UL 651B c. NEMA TC-7 F. Raceway Boxes 1. Use: Exposed raceway systems only 2. Boxes for underground systems: Refer to Section 26 05 43. 3. Box size a. Distance between each raceway entry inside the box and the opposite wall: Not be less than 6 times the trade size of the largest raceway in a row. b. Distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. c. Each row calculated individually, and the single row that provides the maximum distance used to size box. 2.3 ACCESSORIES A. Conduit Outlet Bodies CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 26 05 33 -5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 1. Up to and including 2-1/2 inches a. Conduit outlet bodies and covers: Galvanized steel b. Captive screw -clamp cover c. Neoprene gasket d. Stainless steel screws and clamps 2. Larger than 2-1/2 inches a. Use junction boxes. B. Conduit Hubs 1. Watertight 2. Threaded galvanized steel 3. Insulated throat 4. Stainless steel grounding screw C. Grounding Bushings 1. Insulated lay -in lug grounding bushings 2. Tin-plated copper grounding path 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees Celsius 4. Plastic insert cap each bushing 5. Lug size: Sufficient to accommodate maximum ground wire size required by the NEC for the application D. Raceway Sealant 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures where shown or specified E. Conduit Penetration Seals 1. Use for conduit wall and floor seals F. Conduit and related hardware 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the Drawings. 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on type. G. Expansion/Deflection Fittings 1. Use a. Embedded in concrete b. Exposed 2. Description a. Internal grounding b. 4 inch movement c. Stainless steel/cast iron H. Expansion Fittings CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 26 05 33 - 6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 1. Galvanized steel 2. 8 inch movement 3. Internal grounding 2.4 SOURCE QUALITY CONTROL [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION A. Interface with Other Work 1. Coordinate the placement of conduit and related components with other trades and existing installations. B. Unless shown on the Drawings or specified otherwise, the conduit type installed with respect to the location shall be as follows: 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 3. Exposed: Rigid galvanized steel 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal Conduit C. Box Applications 1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the location in which they are installed. 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: Galvanized steel 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited D. Conduit Outlet Bodies Applications 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, except where junction boxes are shown or otherwise specified 2. Conduits larger than 2-1/2 inches: Use junction boxes E. Conduit Hub Applications 1. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. F. Insulated Grounding Bushing Applications 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or switchgear, if there is no wall or floor pan on which to anchor or terminate the raceway. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 26 05 33 - 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 2. Other raceways: Terminate on enclosures with a conduit hub. 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be pulled. G. Conduit Fittings Applications 1. Combination expansion deflection fittings: Install where conduits cross structure expansion joints, on conduit transitions from underground to above ground, and where installed in exposed conduit runs such that the distance between expansion - deflection fittings does not exceed 150 feet of conduit run. 2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on the exposed side of conduit transitions from underground to above ground, where the earth has been disturbed to a depth of more than 10 feet. H. Conduit Penetration Seals Applications 1. Conduit wall seals: Use where underground conduits penetrate walls or at other locations shown on the Drawings 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at other locations shown on the Drawings I. Conduit Tag Applications 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor penetrations. 2. Tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and handholes. J. Raceway Installation 1. No conduit smaller than P/4 inch electrical trade size. 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 3. Do not pull wire until the conduit system is complete in all details. 4. Install all underground raceways in accordance with Section 26 05 43. 5. Where raceways enter or leave the raceway system, where the raceway origin or termination, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed, using watertight sealant (Duxseal or equal), at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment, at no cost to the City. Cleaning or drying of such damaged equipment will not be acceptable. 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 feet or less as required to obtain rigid construction. 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back plates, to raise conduits from the surface. 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal members and threaded hanger rods not less than 3/8 inch in diameter. 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to provide a minimum of 1/2 inch clearance between wall and equipment. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 26 05 33 - 8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. Use concrete inserts of the spot type where attached to concrete surfaces. 11. Conduits on exposed work a. Install at right angles to and parallel with the surrounding wall. b. Conform to the form of the ceiling. c. No diagonal runs. d. Provide concentric bends in parallel conduit runs. e. Install conduit perfectly straight and true. 12. Conduits terminated into enclosures: Install perpendicular to the walls where flexible liquidtight or rigid conduits are required. a. Do not use short sealtight elbow fittings for such terminations, except for connections to instrumentation transmitters where multiple penetrations are required. 13. Use insulated throat grounding bushings for conduits containing equipment grounding conductors and terminating in boxes. Connect grounding conductors to the box. 14. Install conduits using threaded fittings. Do not use running threads. 15. PVC conduit: Use glued type conduit fittings. 16. HDPE conduit: Use fittings by same manufacturer as conduit. 17. Liquidtight flexible steel conduit a. Primary and secondary of transformers b. Generator terminations c. Other equipment where vibration is present d. Connections to instrumentation transmitters, where multiple penetrations are required e. Do not use in other locations. f. Maximum length: Not greater than that of a factory manufactured long radius elbow of the conduit size being used g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, Table 2, "Other Bends". h. Do not use BX or AC type prefabricated cables. 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings against the passage of flame and smoke. 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing bushings. 20. Raceways terminating in Control Panels or boxes containing electrical equipment a. Do not install to enter from the top of the panel or box. b. Seal with a watertight sealant: Duxseal or equal 21. Conduit a. The Contractor will be required to coordinate with all local utility companies, long distance communication companies, City utilities, railroad companies, and Dig Tess if applicable, to ascertain exact locations of conflicting underground services. b. The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 26 05 33 - 9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as measured from the intended target point for bores. e. The use of a pneumatically driven device for punching holes beneath the pavement (commonly known as a "missile") will not be permitted. f. Conduit installed for future use shall have a non-metallic, nylon type pull string and shall be capped using standard weather tight conduit caps, as approved by the Inspector. g. The Contractor shall place duct seal or foam at the ends of all conduit where conductors and/or cables are present. h. New Conduit 1) All underground conduit shall be schedule 40 PVC conduit. 2) All conduit or raceways above ground shall be rigid metal. 3) All conduit and fittings shall be of the sizes and types shown on the Drawings. 4) Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. 5) Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. 6) Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent --weld method in accordance with the conduit manufacturer's recommendations. 8) No reducer couplings shall be used unless specifically indicated on the Drawings. 9) Conduit and fittings shall have burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. 10) Field cuts shall be made with a hacksaw only, and shall be square and true so that the ends will butt or come together for the full diameter thereof. a) In no case shall a cutting torch be used to cut or join conduit. 11) Slip joints or running threads will not be permitted for coupling conduit unless approved by the Inspector. 12) When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water -tight coupling between the conduit. 13) Couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid connection throughout the entire length of the conduit run. 14) Where the coating on a rigid metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 15) Ends of conduits shall be capped or plugged until installation of the wire is complete. 16) Upon request by the Inspector, the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is clean and free from obstructions. 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 mm) below the finished street grade in the street area. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 260533 -10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 18) Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during placement of the concrete. a) No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 19) PVC conduit, which is to be placed under existing pavement, sidewalks, and driveways, shall be placed by first providing a void through which the PVC conduit shall be inserted. a) The void may be made by boring. b) Use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuttings. c) Water jetting will not be permitted. 20) If it is determined by the Inspector that it is impractical to place the conduit by boring as outlined above due to unforeseen obstructions, written permission may be granted by the Traffic Services Manager or designee for the Contractor to cut the existing pavement. 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the curb or the outside edge of the shoulder. a) The boring method used shall not interfere with the operation of streets, highways, or other facilities, and shall not weaken or damage any embankment structure, or pavement. 22) Backfill - Compaction & Density Test for All Ditchlines a) All ditchlines within paving areas of existing and proposed streets and within 2 feet (600 mm) back of curb are to be mechanically tamped. b) All tamping is to be density controlled to 90 percent standard proctor density at optimum moisture content and no greater than 5 percent optimum or less than 2 percent below optimum. c) All backfill material is to be select native material, 6 inches (150 mm) diameter clods and smaller. d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 mm) lifts with densities being taken for each Ifeet (300 mm) of compacted material on offsetting stations of 50 feet (15.9 M). 23) Provide adequately bent conduit and properly excavate so as to prevent damage to the conduit or conductor by a bend radius which is too short. 24) All conduit runs shall be continuous and of the same material (metal only or PVC only). 25) Where tying into existing conduit, the Contractor must continue with the same material (metal to metal or PVC to PVC). 26) Each length of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall be made up tight. 27) White -lead paint or equal shall be used on threads of all joints. 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 29) Where the coating on a metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. Existing Conduit 1) Prior to pulling cable in existing underground conduit, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 260533 -11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 2) If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding (The Contractor will not receive extra compensation for rodding). 3) If the existing conduit cannot be used, the Contractor may be required to repair and/or replace this conduit as directed by the Engineer. a) Repair of this conduit will be paid for as "extra work" on a Change Order. 4) The Inspector shall be notified prior to disconnection or removal of any existing cable. 22. Conduits from external sources entering or leaving a multiple compartment enclosure: Stub up into the bottom horizontal wireway or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. 23. Conduits entering from cable tray: Stub into the upper section. 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or NEMA 7. 25. Conduit identification platens a. Install on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes and manholes. b. Install conduit plates before conductors are pulled into conduits. c. Coordinate exact identification plate location with the City at the time of installation to provide uniformity of placement and ease of reading. 26. Pull mandrels through all existing conduits that will be reused and through all new conduits 2 inches in diameter and larger prior to installing conductors. 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or designated for future equipment. 28. Install conduit to drain away from the equipment served. If conduit drainage is not possible, use conduit seals to plug the conduits at the point of attachment to the equipment 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, present or future, in floor or ceiling construction. 30. Do not use running threads. 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 32. Locate conduits a minimum of 3 inches from steam or hot water piping. a. Where crossings are unavoidable, locate conduit at least 1 inch from the covering of the pipe crossed. 33. Conduits terminating at a cable tray a. Support independently from the cable tray. b. Provide conduit support within 1-feet of the cable tray. c. Weight of the conduit not supported by cable tray 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 260533 -12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 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] I II\I IZII 0&1 x0l I Mei Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 26 05 43 - 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 SECTION 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install a complete underground system of raceways, manholes and hndholes 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways and Boxes for Electrical Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Electrical Facilities being installed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the electrical facilities specified on the Drawings and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. M306 — Standard Specification for Drainage Structure Castings. 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 26 05 43 - 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] llr(W.TejIreleR111:3uIMWlI:111MJ11211C17;110V EN11130.1IN1111-3ulYW1►.11K A. Product Data 1. Plastic duct spacers B. Shop Drawings 1. Manholes, handholes and associated hardware 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Precast manholes: Manufactured in a NPCA (National Precast Concrete Association) Certified Plant 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handle and store material in accordance with manufacturer's instructions. 2. Store materials completely covered; do not expose materials to sunlight. 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS A. No separate warranty for this equipment PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Manufacturer List a. Refer to Section 0160 00. B. Conduit 1. PVC Schedule 40 or HDPE 2. Refer to Section 26 05 33 3. Terminators: Same size and type as the raceway C. Concrete cap for raceways and duct banks 1. Refer to Section 03 30 00. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 26 05 43 - 3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 2. Red dye a. 40 pounds per 10 cubic yards of concrete D. Manholes and Handholes 1. Precast concrete 2. Designed for a AASHTO Class H2O load. 3. Sizes shown on Drawings 4. Manhole tops a. Field removable b. Stainless steel lifting eyes 5. Duct bank entries into the manhole or handhole a. Centered on the entering wall b. Contain the number and size of duct terminators to match the corresponding duct bank 6. Concrete sump a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep b. Located in the middle of the floor of the manhole or handhole, or as shown on the Drawings E. Manhole Covers 1. Heavy duty 2. 36 inch diameter 3. Machined gray iron 4. AASHTO M306 CL35B minimum 5. 40,000-pound proof load value (AASHTO Class H2O X 2.5) 6. Including frame 7. "Electric" or "Communication" raised lettering recessed flush on the cover 8. Drop handles F. Castings 1. Made In the USA 2. Cast with the foundry's name and production date (example: mm/dd/yy) 3. True to pattern in form and dimension 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in positions affecting strength and value 5. Angles: Filleted 6. Arises: Sharp and true G. Hardware 1. Cable racks a. Heavy duty b. Non-metallic c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not less than 250 pounds at the outer end d. Molded in 1 piece of U.L. listed glass reinforced nylon e. Secured to the manhole and walls using drilled epoxy anchoring system, with 316 stainless steel bolts CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 26 05 43 - 4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 £ Arms vertically spaced not greater than 24 inches on center 2. Pulling irons a. Copolymer polypropylene coated 1/2 inch diameter cable b. Rated pulling strength: 7500 lbs c. Polyethylene pulling iron pocket d. Manholes: Recessed in wall opposite each duct entry e. Handholes: Located near center of handhole floor 3. Ladders a. Fiberglass reinforced plastic b. Safety yellow c. 18 inch rung width d. 12 inch rung spacing e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the underground system H. Polyethylene Warning Tape 1. Red polyethylene film 2. 2 inches minimum width 3. Embedded metallic wire for location tracing 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Field verify the routing of all underground duct banks before placement 2. Modify the routing to avoid underground utilities or above ground objects 3. Provide any alternate routing of the duct banks to the City for approval before installation 3.3 TRENCH EXCAVATION A. Provide suitable room for installing manholes, handholes, ducts and appurtenances B. Furnish and place all sheeting, bracing and supports. C. Excavate material of every description and of whatever substance encountered. D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before excavating E. Refer to Section 33 05 10. 3.4 INSTALLATION A. Trench Excavation 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 26 05 43 - 5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 2. Furnish and place all sheeting, bracing and supports. 3. Excavate material of every description and of whatever substance encountered in conformance with Section 33 05 10. 4. Pavement a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 5. Trenching and Compaction shall be in accordance with Section 33 05 10. B. Special Techniques 1. Changes of direction a. Less than 20 degrees 1) Use hotbox, strictly in conformance with the conduit manufacturer's instructions b. Greater than 20 degrees 1) Use long radius bends 2. Minimum raceway size between manholes or handholes shall be 2 inches C. Slopes 1. Install raceways to drain away from buildings. 2. Install raceways between manholes or handholes to drain toward the manholes or handholes. 3. Slopes a. At least 3 inches per 100 feet D. Lay raceway lines in trenches on sand bedding. E. Plastic spacers 1. Not more than 4 feet apart 2. Provide not less than 2 inch clearance between raceways. F. Raceway banks cover: 24 inches G. Raceway terminations at manholes: Terminator for PVC conduit H. Blank duct plugs 1. Use to seal the ends of all unused ducts in the duct system 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the underground system I. Raceways entering or exiting the underground system, rising to higher elevation 1. Seal at higher elevation before and after the installation of cables 2. No entry of water or moisture to the Underground System at any time J. Complete duct system before pulling any wire. K. Swab all raceways clean before installing cable. L. Cables in manholes and handholes 1. Train, support and restrain on cable racks. 2. Route cables passing duct entrances above all duct entrances. 3. Do not route cable in front of or below duct bank entrances. 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 26 05 43 - 6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 M. Tag all underground conduits at all locations exiting and entering from underground, including manholes and handholes 3.5 REPAIR / RESTORATION A. Remove and replace sub grade soils which become soft, loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other trenching methods, using gravel fill. B. Existing pavement 1. Saw cut and repair existing pavements above new and modified existing duct banks. 2. Cut along straight lines. 3. Replace pavement with the same type and quality of the existing paving. C. Grassy areas 1. Remove and replace sod, or 2. Loam and reseed surface 3.6 RE -INSTALLATION A. Backfilling 1. Remove materials unsuitable for backfilling. 2. Trench fill a. Common fill material b. Void of rock or other non -porous material c. Layers not to exceed 8-inches in loose measure d. Compact to 90 percent standard Proctor density at optimum moisture content of f 4 percent e. Mounded 6-inches above existing grade 3. Existing grass, loam or gravel surface a. Remove surface material b. Conserve c. Replace to the full original depth 4. Paved areas or designated future paved areas a. Backfill with select fill material b. Layers not to exceed 8-inches loose measure c. Compact to 95 percent standard Proctor density at optimum moisture content of f 3 percent 5. Compaction a. Hand or pneumatic tamping with tools weighing at least 20 pounds b. Place material being spread and compacted in layers not over 8-in loose thick. c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required compaction 6. Do not place bituminous paving in backfill. 7. Do not use water jetting as a means of consolidating or compacting backfill. 8. Road surfaces a. Broom and hose -clean immediately after backfilling b. Employ dust control measures at all times. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 26 05 43 - 7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 iC—*ty wX3L'RL'1l1 A. Remove all rubbish and debris from inside and around the underground system. B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, handholes and structures, using brushes, vacuum cleaner or clean, lint free rags. C. Do not use compressed air. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 1040 ZI] Oy 001 Blei Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 31 10 00 -1 SITE CLEARING Page I 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 10 00 -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 shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for: a) Various diameter ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Moving tree with truck mounted tree spade 3) Grading and backfilling of holes 4) Replanting tree at temporary location (determined by Contractor) 5) Maintaining tree until Work is completed 6) Replanting tree into original or designated location 7) Excavation 8) Fertilization 9) Mulching 10) Watering 11) Clean-up 12) Warranty period 4. Tree Protection a. Measurement 1) Measurement for this Item 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 RaceTrac Risinger City Project No. 105656 31 10 00 - 3 SITE CLEARING Page 3 of 6 1 5. 2 1.3 REFERENCES [NOT USED] 3 1.4 ADMINSTRATIVE REQUIREMENTS 4 A. Permits 5 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 6 required by the City's Tree Ordinance. PARD-Forestry details can be found here: 7 Forestry — Welcome to the City of Fort Worth (fortworthtexas.aov). Urban Forestry 8 Compliance's ordinance and requirements are within Zoning and can be found here: 9 Zoning — Welcome to the City of Fort Worth (fortworthtexas.aov). 10 B. Preinstallation Meetings 11 1. Hold apreliminary 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] uisc1d♦WRN6M4"AllMei 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 22, 2021 31 10 00 -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 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 7 Refer to the Drawings for tree protection details. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2. 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 maybe installed no less than 8 feet from the tree trunk. 4-foot high 12 '/Z gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. For city -owned trees, PARD-Forestry permission required to install protective fencing inside of canopy dripline (Critical Root Zone). 5. Additional trunk protection (cladding) is required when protective fencing is approved within the Critical Root Zone. 6. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 7. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 30 minutes of making a pruning cut or otherwise causing damage to the tree. 8. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing 1. Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 22, 2021 31 10 00 - 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 I foot below natural ground. 28 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 29 off to ground level. 30 a. Removal of existing structures shall be as per Section 02 41 13. 31 D. Disposal 32 1. Dispose of all trees within 24 hours of removal at an approved off -site facility. 33 2. All materials and debris removed becomes the property of the Contractor, unless 34 otherwise stated on the Drawings. 35 3. The Contractor will dispose of material and debris off -site in accordance with local, 36 state, and federal laws and regulations. 37 3.5 REPAIR [NOT USED] 38 3.6 RE -INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL [NOT USED] 40 3.8 SYSTEM STARTUP [NOT USED] 41 3.9 ADJUSTING [NOT USED] 42 3.10 CLEANING [NOT USED] 43 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 22, 2021 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 wl 6 31 10 00 - 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 22, 2021 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 0129 CONCRETE PAVING REPAIR 320129-1 CONCRETE PAVING REPAIR Page 1 of 4 5 A. Section includes: 6 1. Concrete pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any other concrete pavement repair needed during the course of construction 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 32 01 18 - Temporary Asphalt Paving Repair 17 4. Section 32 12 16 - Asphalt Paving 18 5. Section 32 13 13 - Concrete Paving 19 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Concrete Pavement Repair 23 a. Measurement 24 1) Measurement for this Item shall be by the square yard of Concrete 25 Pavement Repair for various: 26 a) Street types 27 2) Limits of repair will be based on the time of service of the existing 28 pavement. The age of the pavement will need to be determined by the 29 Engineer through coordination with the City. For pavement ages: 30 a) 10 years or less: repair entire panel 31 b) Greater than 10 years: repair to limits per Drawings 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" shall be paid for at the 35 unit price bid per square yard of Concrete Pavement Repair 36 c. The price bid shall include: 37 1) Shaping and fine grading the placement area 38 2) Furnishing and applying all water required 39 3) Furnishing, loading and unloading, storing, hauling and handling all 40 concrete CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 320129-2 CONCRETE PAVING REPAIR Page 2 of 4 1 4) Furnishing, loading and unloading, storing, hauling and handling all base 2 material 3 5) Mixing, placing, finishing and curing all concrete 4 6) Furnishing and installing reinforcing steel 5 7) Furnishing all materials and placing longitudinal, warping, expansion and 6 contraction joints, including all steel dowels, dowel caps and load 7 transmission units required, wire and devices for placing, holding and 8 supporting the steel bar, load transmission units, and joint filler in the 9 proper position; for coating steel bars where required by the Drawings 10 8) Sealing joints 11 9) Monolithically poured curb 12 10) Cleanup 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Permitting 16 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 17 and Public Works Department in conformance with current ordinances. 18 2. Transportation and Public Works Department will inspect paving repair after 19 construction. 20 1.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 22 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS 28 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 32 2.2 MATERIALS 33 A. Embedment and Backfill: see Section 33 05 10. 34 B. Base material: Concrete base: see Section 32 13 13. 35 C. Concrete: see Section 32 13 13. 36 1. Concrete paving: Class H or Class HES. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 320129-3 CONCRETE PAVING REPAIR Page 3 of 4 1 2. Replace concrete to the specified thickness. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 9 of one repair to the edge of a second repair. 10 B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support 11 traffic. 12 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel plate 13 to the existing pavement to create a smooth riding surface. 14 a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16. 15 C. Surface Preparation: mark pavement cut repairs for approval by the City. 16 3.4 INSTALLATION 17 A. Sawing 18 1. General 19 a. Saw cut perpendicular to the surface to full pavement depth. 20 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 21 sawing to remove damaged areas. 22 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 23 2. Sawing equipment 24 a. Power -driven 25 b. Manufactured for the purpose of sawing pavement 26 c. In good operating condition 27 d. Shall not spall or facture concrete adjacent to the repair area 28 3. Repairs: In true and straight lines to dimensions shown on the Drawings 29 4. Utility Cuts 30 a. In a true and straight line on both sides of the trench 31 b. Minimum of 12 inches outside the trench walls 32 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 33 facilities. 34 B. Removal 35 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 36 concrete adjacent to the repair area. 37 C. Base: as specified in Drawings 38 D. Concrete Paving 39 1. Concrete placement: in accordance with Section 32 13 13. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 1 2. Reinforce concrete replacement: as specified in Drawings 2 3.5 REPAIR/RESTORATION [NOT USED] 3 3.6 RE -INSTALLATION [NOT USED] 4 3.7 FIELD QUALITY CONTROL [NOT USED] 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 13 DATE NAME 12/20/2012 D. Johnson 320129-4 CONCRETE PAVING REPAIR Page 4 of 4 END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair 2.2.C.1 — Changed to Class P to Class H CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 SECTION 32 1123 FLEXIBLE BASE COURSES PART1- GENERAL 1.1 SUMMARY 32 1123 -1 FLEXIBLE BASE COURSES Page 1 of 7 A. Section Includes: 1. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the square yard of Flexible Base Course for various: 1) Depths 2) Types 3) Gradations 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Flexible Base Course. 3. The price bid shall include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling f. Compacting 1.3 REFERENCES A. Definitions 1. RAP — Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex- 104-E, Determining Liquid Limits of Soils b. Tex- 106-E, Calculating the Plasticity Index of Soils c. Tex- 107-E, Determining the Bar Linear Shrinkage of Soils d. Tex- 110-E, Particle Size Analysis of Soils e. Tex- 116-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 32 1123 -3 FLEXIBLE BASE COURSES Page 3 of 7 Table 1 Material Requirements Property I Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) 2-1/2 in. — 0 1-3/4 in. 0 0-10 7/8in Tex-110-E 10-35 — 3/8 in. 30-50 — No. 4 45-65 45-75 No. 40 70-85 60-85 Liquid limit, % max.' Tex-104-E 35 40 PlastiCity index, max.' Tex-106-E 10 12 Wet ball mill, % max.' 40 45 Wet ball mill, % max. Tex- 116-E increase passing the 20 20 No. 40 sieve Classification3 1.0 1.1-2.3 Min. compressive strength', psi Tex- 117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex- 104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on -site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non -uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than 3/4 inch 2) Areas that are unstable or non -uniform 2. Installation of base material cannot proceed until compacted subgrade approved by the City. 3.4 INSTALLATION A. General CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 32 1123 -5 FLEXIBLE BASE COURSES Page 5 of 7 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General a. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the Drawings, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. 5. Minimum lift depth: 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 32 1123 -6 FLEXIBLE BASE COURSES Page 6 of 7 a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4. Density Control a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 4. Add small increments of water as needed during rolling. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 32 1123 -7 FLEXIBLE BASE COURSES Page 7 of 7 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3A.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 SECTION 32 1129 LIME TREATED BASE COURSES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 321129-1 LIME TREATED BASE COURSES 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 321129-2 LIME TREATED BASE COURSES Page 2 of 9 2) All freight involved 3) All unloading, storing, and handling 3. Quicklime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. Measurement for Quicklime in slurry form shall be measured by the ton (dry weight) of the Quicklime used to prepare the slurry. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Quicklime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 4. Lime Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area as established by the widths shown on the Drawings and the lengths measured at placement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Lime Treatment applied for: a) Various depths c. The price bid shall include: 1) Preparing the roadbed 2) Loosening, pulverizing application of lime, water content in the slurry mixture and the mixing water 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 4) Performing all manipulations required 1.3 REFERENCES A. Definitions 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water delivered to a project in slurry form. 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of slurry for wet placing. b. Grade S — finely graded quicklime for use only in the preparation of slurry for wet placing. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND STORAGE A. Truck Delivered Lime 1. Each truck ticket shall bear the weight of lime measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of lime to the site. 1.11 SITE CONDITIONS A. Start lime application only when the air temperature is at least 35°F and rising or is at least 40°F. Measure temperature in the shade and away from artificial heat. B. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART2- 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 t ie 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 321129-5 LIME TREATED BASE COURSES Page 5 of 9 Grade 1 31 Grade 2 35 I 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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. 3. Reworking a Section a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. c. Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. H. Finishing 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the lime -treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. I. Curing 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 321133-1 CEMENT TREATED BASE COURSES Pagel of 8 1 SECTION 321133 2 CEMENT TREATED BASE COURSES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Treating subgrade, subbase and base courses by the pulverization, addition of 7 cement (or CEM-LIMETM), mixing and compacting the mix material to the required 8 density. 9 2. Item applies to the natural ground, embankment, existing pavement, base or 10 subbase courses placed and shall conform to the typical section, lines and grades 11 shown on the Drawings. 12 3. For asphalt pavement pulverization projects, CEM-LIMETM (or approved equal) 13 may be used, in lieu of cement, for subgrade soils with high plasticity index 14 (plasticity index (PI) of 15 or above). 15 4. The procedures and methods outlined in this spec for cement applies to CEM- 16 LIMETM except that CEM-LIMETM needs to be applied using the slurry method. 17 5. If the existing asphalt is milled off exposing the subgrade soil, the stabilizing agent 18 may need to be lime, in lieu of cem-lime, for soils with high PI 19 B. Deviations from City of Fort Worth Standards 20 1. None 21 C.Related Specification Sections include but are not necessarily limited to 22 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 23 2. Division 1 - General Requirements 24 3. Section 32 1123 - Flexible Base Courses 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A.Measurement and Payment 27 1. Cement 28 a. Measurement 29 1) Measurement for this Item shall be by the ton (dry weight). 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price bid per ton (dry weight) of Cement. 34 c. The price bid shall include: 35 1) Furnishing Cement material 36 2) All freight involved 37 3) All unloading, storing and handling 38 2. CEM-LIMETM 39 a. Measurement 40 1) Measurement for this Item shall be by the ton (dry weight). 41 b. Payment CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City cy Project No.. 105656 105656 Revised June 10, 2022 321133-2 CEMENT TREATED BASE COURSES Page 2 of 8 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 ton (dry weight) of CEM-LIMETM (or approved equal). 4 c. The price bid shall include: 5 1) Furnishing CEM-LIMETM 6 2) All freight involved 7 3) All unloading, storing and handling 8 3. Cement Treatment 9 a. Measurement 10 1) Measurement for this Item shall be by the square yard of surface area. 11 2) The dimensions for determining the surface area are established by the 12 widths shown on the Drawings and the lengths measured at placement. 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 bid per square yard of Cement Treatment placed for: 17 a) Various depths 18 c. The price bid shall include: 19 1) Pulverizing or providing the soil material 20 2) Handling, hauling and spreading dry or slurry cement 21 3) Mixing the cement with the soil either in -place or in a mixing plant 22 4) Furnishing, hauling and mixing water with the soil -cement mixture 23 5) Spreading and shaping the mixture; compacting the mixture, including all 24 rolling required for compaction 25 6) Surface finishing 26 7) Water and sprinkling 27 8) Curing 28 1.3 REFERENCES 29 A.Reference Standards 30 1. Reference standards cited in this specification refer to the current reference standard 31 published at the time of the latest revision date logged at the end of this 32 specification, unless a date is specifically cited. 33 2. ASTM International (ASTM): 34 a. C 150, Standard Specification for Portland Cement 35 b. C595, Standard Specification for Blended Hydraulic Cements 36 c. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil 37 Using Standard Effort (12 400 ft-lbFft3 (600 kN-m/m3)) 38 3. Texas Department of Transportation (TxDOT) 39 a. Tex- 101-E, Preparing soil and flexible base materials for testing 40 b. Tex-140-E, Measuring thickness of paving layers CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City cy Project No.. 105656 105656 Revised June 10, 2022 321133-3 CEMENT TREATED BASE COURSES Page 3 of 8 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING 8 A. Truck Delivered Cement 9 1. Each truck ticket shall bear the weight of cement measured on certified scales. 10 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 11 delivery of cement to the site. 12 1.11 FIELD [SITE] CONDITIONS 13 A. Start cement application only when the air temperature is at least 35 degrees F and rising 14 or is at least 40 degrees F. 15 B.Measure temperature in the shade away from artificial heat. 16 C. Suspend application when the City determines that weather conditions are unsuitable. 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A. General 22 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 23 the Drawings and specifications. 24 2. Notify the City of the proposed material sources and of changes to material sources. 25 3. Obtain verification from the City that the specification requirements are met before 26 using the sources. 27 4. The City may sample and test project materials at any time before compaction. 28 B.Cement: ASTM C150 or ASTM C595 Type I, II, IL or IP. 29 C.Flexible Base Courses: Furnish base material that meets the requirements of Section 32 30 1123 for the type and grade shown on the Drawings, before the addition of cement. 31 D.Water: Furnish water free of industrial wastes and other objectionable material. CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City cy Project No.. 105656 105656 Revised June 10, 2022 321133-4 CEMENT TREATED BASE COURSES Page 4 of 8 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Shape existing material in accordance with applicable bid items to conform to typical 8 sections shown on the Drawings and as directed. 9 3.4 INSTALLATION 10 A. General 11 1. Produce a completed course of treated material containing: 12 a. Uniform Portland cement mixture, free from loose or segregated areas 13 b. Uniform density and moisture content 14 c. Well bound for full depth 15 d. With smooth surface and suitable for placing subsequent courses 16 2. Maximum layer depth of cement treatment in single layer: 8 inches. 17 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, 18 compact and finish in equal layers not exceeding 5 inches deep. 19 B. Equipment 20 1. Provide machinery, tools, and equipment necessary for proper execution of the 21 work. 22 2. Rollers 23 a. The Contractor may use any type of roller to meet the production rates and 24 quality requirements of the Contract unless otherwise shown on the Drawings or 25 directed. 26 b. When specific types of equipment are required, use equipment that meets the 27 specified requirements. 28 c. Alternate Equipment 29 1) Instead of the specified equipment, the Contractor may, as approved, 30 operate other compaction equipment that produces equivalent results. 31 2) Discontinue the use of the alternate equipment and furnish the specified 32 equipment if the desired results are not achieved. 33 d. City may require Contractor to substitute equipment if production rate and 34 quality requirements of the Contract are not met. 35 3. Slurry Equipment 36 a. Use slurry tanks equipped with agitation devices for cement application. 37 b. The City may approve other slurrying methods. 38 c. Provide a pump for agitating the slurry when the distributor truck is not 39 equipped with an agitator. 40 4. Pulverization Equipment 41 a. Provide pulverization equipment that: 42 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 43 plane to a uniform surface over the entire width of the cut CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City cy Project No.. 105656 105656 Revised June 10, 2022 32 11 33 - 5 CEMENT TREATED BASE COURSES Page 5 of 8 1 2) Provides a visible indication of the depth of cut at all times 2 3) Uniformly mixes the materials 3 C.Pulverization 4 1. Pulverize or scarify existing material after shaping so that 100 percent by dry 5 weight passes a 1-inch sieve, and 80 percent by dry weight passes a No. 4 sieve 6 exclusive of gravel or stone retained in sieves. 7 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2- 8 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or 9 stone retained in sieves. 10 D.Cement Application 11 1. Spread by an approved dry or slurry method uniformly on the soil at the rate 12 specified on the Drawings 13 a. CEM-LIMETM shall be applied using the slurry method. 14 2. If a bulk cement spreader is used, position by string lines or other approved method 15 during spreading to insure a uniform distribution of cement. 16 3. Apply to an area that all the operations can be continuous and completed in daylight 17 within 6-hours of initial application. 18 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of 19 soil and cement during dry -mixing operations 20 5. Do not exceed the specified optimum moisture content for the soil and cement 21 mixture. 22 6. No equipment, except that used in the spreading and mixing, allowed to pass over 23 the freshly spread cement until it is mixed with the soil. 24 E. Mixing 25 1. Thoroughly mix the material and cement using approved equipment. 26 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free 27 from all clods and lumps. 28 3. Keep mixture within moisture tolerances throughout the operation. 29 4. Spread and shape the completed mixture in a uniform layer. 30 5. After mixing, the City shall sample the mixture at roadway moisture and test in 31 accordance with Tex 101 E, Part III, to determine compliance with the gradation 32 requirements in Table 1. 33 Table 1 34 Gradation Requirements Minimum % Passing Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No.4 60 35 F. Compaction 36 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for 37 its full depth. 38 2. Compact material to at least 95-percent of the maximum density as determined by 39 ASTM D698. CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City cy Project No.. 105656 105656 Revised June 10, 2022 321133-6 CEMENT TREATED BASE COURSES Page 6 of 8 1 3. At the start of compaction, the percentage of moisture in the mixture and in un- 2 pulverized soil lumps shall be less than the quantity which shall cause the soil- 3 cement mixture to become unstable during compaction and finishing. 4 4. When the uncompacted soil -cement mixture is wetted by rain so that the average 5 moisture content exceeds the tolerance given at the time of final compaction, the 6 entire section shall be reconstructed in accordance with this specification at the sole 7 expense of the Contractor. 8 5. The specified optimum moisture content and density shall be determined in the 9 field on the representative samples of soil -cement mixture obtained from the area 10 being processed. 11 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 12 7. Begin compaction after mixing and after gradation and moisture requirements have 13 been met. 14 8. Begin compaction at the bottom and continue until the entire depth of the mixture is 15 uniformly compacted. 16 9. Uniformly compact the mixture to the specified density within 2-hours. 17 10. After the soil and cement mixture is compacted uniformly apply water as needed 18 and thoroughly mix in. 19 11. Reshape the surface to the required lines, grades and cross section and then lightly 20 scarify to loosen any imprint left by the compacting or shaping equipment. 21 G.Maintenance 22 1. Maintain the soil -cement treatment in good condition from the time it first starts 23 work until all work shall is completed. 24 2. Maintenance includes immediate repairs of any defect that may occur after the 25 cement is applied. 26 3. Maintenance work shall be done by the Contractor at the Contractor's expense and 27 repeated as often as necessary to keep the area continuously intact. 28 4. Repairs are to be made in such a manner as to insure restoration of a uniform 29 surface for the full depth of treatment. 30 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at 31 least 2 inches, filling the area with treated material and compacting. 32 6. Remedy any low area of subbase or base shall by replacing the material for the full 33 depth of subbase or base treatment rather than adding a thin layer of stabilized 34 material to the completed work. 35 H.Finishing 36 1. After completing compaction of the final course, clip, skin, or tight -blade the 37 surface of the cement -treated material with a maintainer or subgrade trimmer to a 38 depth of approximately 1/4 inch. 39 2. Remove loosened material and dispose of at an approved location. 40 3. Roll the clipped surface immediately with a pneumatic tire roller adding small 41 increments of moisture as needed and until a smooth surface is attained. 42 4. Add small amounts of water as needed during rolling. Shape and maintain the 43 course and surface in conformity with the typical sections, lines, and grades shown 44 on the Drawings or as directed. CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City cy Project No.. 105656 105656 Revised June 10, 2022 32 11 33 - 7 CEMENT TREATED BASE COURSES Page 7 of 8 1 5. Surface compaction and finishing shall proceed in such a manner as to produce, in 2 not more than 2-hours, a smooth, closely knit surface, free of cracks, ridges or loose 3 material, conforming to the drawn grade and line shown on the Drawings. 4 6. After the final layer or course of the cement modified soil has been compacted, it 5 shall be brought to the required lines and grades in accordance with the typical 6 sections. 7 7. The completed section shall then be finished by rolling with a pneumatic tire or 8 other suitable roller sufficiently to create micro cracking. 9 I. Curing 10 1. General 11 a. Cure for at least 48 hours. 12 b. Maintain the moisture content during curing at no lower than 2 percentage 13 points below optimum. 14 2. Curing method depends on finished pavement type: 15 a. Concrete pavement: 16 1) Sprinkle with water 17 2) Maintain moisture during curing 18 3) Do not allow equipment on the finished course during curing except as 19 required for sprinkling, unless otherwise approved. 20 b. Asphalt Pavement: 21 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 22 2) Do not allow equipment on the finished course during curing 23 3. Begin paving operations or add courses within 14 calendar days of final compaction 24 of the cement treated base. 25 3.5 REPAIR / RESTORATION [NOT USED] 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A.Density Test 29 1. City Project Representative must be on site during density testing 30 2. City to measure density of cement treated base course in accordance with ASTM 31 D6938. 32 3. Spacing directed by City (1 per block minimum). 33 4. City Project Representative determines density testing locations. 34 B. Depth Test 35 1. Take minimum of one core per 500 linear feet per each direction of travel 36 staggering test location in each lane to determine in -place depth. 37 2. City Project Representative determines depth testing locations. CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City cy Project No.. 105656 105656 Revised June 10, 2022 1 2 3 4 5 6 7 8 0 10 321133-8 CEMENT TREATED BASE COURSES Page 8 of 8 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3-11-2022 Zelalem Arega 1.3.A.2, 2.2.B — Added ASTM C595 — Type IL Cement 1.1 A. — Added alternative of using CEM-LIME' in areas with high PI 6-10-2022 M Owen 1.2 A. — Added Measurement and Payment section for CEM-LIME' 3.4 D. — Added clarification re: slurry application for CEM-LIME' 3.4 13. — Clarified time limits between application and paving CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 RaceTrac Risinger City Project No. 105656 SECTION 32 1137 LIQUID SOIL STABILIZER PART1- GENERAL 321137-1 LIQUID SOIL STABILIZER Page 1 of 5 A. Section Includes: 1. Add -mixture, cement, water, and subgrade or base (with or without asphalt concrete pavement) in the roadway. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the gallon of Liquid Treated Soil Stabilizer. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per gallon of Liquid Treated Soil Stabilizer. 3. The price bid shall include: a. Furnishing all the liquid stabilizer products b. Finishing c. Mixing d. Equipment e. Curing f. Hauling g. Disposal CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Version August 21, 2015 32 11 37 - 2 LIQUID SOIL STABILIZER Page 2 of 5 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Containers 1. Must be stored and handled in closed, weatherproof containers until immediate distribution. 2. Must have adequate protection from theft, flooding or damage. 1.11 FIELD [SITE] CONDITIONS A. Soil Environment 1. Liquid Soil Stabilizer may be used in soil environments with plasticity indexes of 20 or greater. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. City Approved Products 1. Roadbond EN 1 Soil Stabilizer or approved equivalent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Mix Design 1. The Design Engineer will designate a cement/add-mixture content that will produce a stabilized mixture that meets the strength requirement. The Engineer will determine the compressive strength of the proposed materials in accordance with Tex-120-E, Part 1. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Version August 21, 2015 32 11 37 - 3 LIQUID SOIL STABILIZER Page 3 of 5 2. The mix will not include more than 50% asphalt concrete. For bidding purposes an 8" Depth Cement Treated Base requires 0.0075 GA/SY or 128SY/GA. 3.4 INSTALLATION A. General 1. Uniformly place cement dry or as a slurry. Uniformly distribute Liquid Soil Stabilizer and apply only on an area where the mixing, compacting, and finishing operations can be completed during the same working day. 2. Do not start treatment operation unless the air temperature is at the minimum application temperature and rising. The temperature will be taken in the shade and way from artificial heat. Do not apply when, in the opinion of the Engineer, weather conditions are unsuitable. B. Dry Placing 1. Before applying cement, sprinkle the prepared roadway with diluted add - mixture Liquid Soil Stabilizer until the desired quantity of diluted add - mixture Liquid Soil Stabilizer is evenly distributed over the area to be treated. If necessary, continue to sprinkle the treated area with water until optimum moisture content is attained. Distribute the required quantity of dry cement with approved equipment, at a uniform rate. Minimize scattering of cement by wind. Do not apply cement when wind conditions, in the opinion of the Engineer, cause blowing cement to become dangerous to traffic or objectionable t adjacent property owners. C. Slurry Placing Sprinkle the prepared roadway with diluted add -mixture Liquid Soil Stabilizer uniformly by making successive passes over a measured section of the roadway until the desired quantity of diluted add -mixture Liquid Soil Stabilizer is evenly distributed over the area to be treated. Mix the required quantity of cement with water, adjusting the amount of water in order to account for the moisture placed on the roadway with the add - mixture Liquid Soil Stabilizer as it relates to optimum moisture, as approved. Produce slurry free of objectionable materials and with a consistency that can be easily applied. Agitate the slurry continuously. Apply slurry within 2 hours of adding water and not longer than 30 minutes after placement of the add -mixture Liquid Soil Stabilizer, and when the roadway is at a moisture content drier than optimum. Dispense and spread slurry uniformly by making successive passes over a measured section of the roadway at the rate directed until the required cement content is attained. D. Mixing 1. Thoroughly mix the material, add -mixture Liquid Soil Stabilizer and cement using approved equipment. Mix until a homogeneous mixture is obtained. Sprinkle the treated materials during the mixing operation, as directed, to maintain optimum mixing moisture. Spread and shape the completed mixture in a uniform layer. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Version August 21, 2015 32 11 37 - 4 LIQUID SOIL STABILIZER Page 4 of 5 The Engineer will obtain a sample of the material at roadway moisture and remove all non -slaking aggregates retained on a 3/4-in. sieve. The remainder of the mixture must meet the pulverization requirements of Table 1 when tested in accordance with Tex- 101-E, Part III. When shown on the plans or approved by the engineer, the pulverization requirement may be waived when the material contains a substantial amount of aggregate. E. Compaction 1. Compact the mixture in one lift using ordinary compaction or density control, as shown on the plans. Complete compaction within 2 hours after the application of the add -mixture Liquid Soil Stabilizer. 2. Sprinkle the treated material in accordance with Item 204, "Sprinkling". Adjust the moisture content of the mixture during compaction so that it is within 2.0 percentage points of optimum as determined by Test Method Tex-120-E, Part II. Determine the moisture content of the mixture at the beginning and during compaction in accordance with Tex-103-E. Adjust operations if required. 3. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least one-half the width of the roller unit. On super -elevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 miles per hour, as directed. F. Ordinary Compaction Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and re -compacting. G. Finishing Immediately after completing compaction, clip, skin, or tight -blade the surface of the add -mixture Liquid Soil Stabilization/cement treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines and grades shown on the plans or as directed. In areas where surfacing is to be placed, trim grade deviations greater than 1/4 in. in cross section and 1/4 in. in 16 ft. measured longitudinally for the entire width of the cross-section. Remove excess material, reshape, and roll with a pneumatic tire roller. If material is more than 1/4 in. low, correct as directed. Do not surface patch. H. Curing CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Version August 21, 2015 321137-5 LIQUID SOIL STABILIZER Page 5 of 5 Maintain the moisture content of the finished section at no lower than 2 percentage points below optimum by sprinkling or by applying an asphalt material at the rate of 0.05 to 0.20 gallons per square yard as directed, until a subsequent course or pavement is placed or as otherwise directed. Do not allow equipment on the finished course except as required to complete curing, unless otherwise approved. At least 3 days of curing are required before opening the finished section to traffic, unless otherwise shown on the plans or directed. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Density Control Compact to meet at least 95% of optimum density as determined in accordance with Tex-120-E, Part II. The Engineer will determine roadway density in accordance with Test Method Tex- 115-E and will verify strength in accordance with Tex-120-E, Part II. Remove and replace material that does not meet density requirements and compact and test replacement material in accordance with density control methods. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Version August 21, 2015 32 13 13-1 CONCRETE PAVING Pagel of22 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 32 13 13-2 CONCRETE PAVING Page 2 of 22 1.3 REFERENCES 2 A.Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 11 c. C33, Concrete Aggregates 12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 13 Specimens 14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 15 Beams of Concrete 16 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete 17 g. C 150, 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 SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 32 13 13-3 CONCRETE PAVING Page 3 of22 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 C 150, 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 32 13 13-4 CONCRETE PAVING Page 4 of 22 1 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 2 ASTM C618. 3 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 4 specified cement content when such batch design is approved by the Engineer. 5 E. Steel Reinforcement: ASTM A615. 6 7 8 9 10 11 12 13 14 15 16 17 18 F. Steel Wire Reinforcement: Not used for concrete pavement. G.Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide and install dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be tightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ C-6 Epcon G-5 Pro-Poxy-300 Fast Tube Shep-Poxy TxIII Ultrabond 1300 Tubes Ultrabone 2300 N.S. A-22-2300 Slow Set Dynapoxy EP-430 EDOT ET22 SET 22 SpecPoxy 3000FS Powers Fasteners Ramset-Redhead Ramset-Redhead Unitex CMC Construction Services Adhesives Technology Adhesives Technology Pecora Corp. Simpson Strong Tie Simpson Strong Tie Simpson Strong Tie SpecChem 19 20 b. Epoxy Use, Storage and Handling 21 1) Package components in airtight containers and protect from light and 22 moisture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 RaceTrac Risinger City Project No. 105656 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 of22 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 RaceTrac Risinger City Project No. 105656 32 13 13-6 CONCRETE PAVING Page 6 of22 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 C 15 6 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 32 13 13-7 CONCRETE PAVING Page 7 of22 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 32 13 13-8 CONCRETE PAVING Page 8 of22 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 32 13 13-9 CONCRETE PAVING Page 9 of22 Standard Classes of Pavement and Related Concrete 28 Day Course Minimum Min. Aggregat Class of Cementitiou Compressi Max. e General Usage 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, RaceTrac Risinger City Project No. 105656 321313 -10 CONCRETE PAVING Page 10 of 22 (Inch) Slip-Form/Form-Riding Paving 1-1/2 1-3 Hand Formed Paving 4 3-5 Headwalls, wingwalls, culverts, inlets, manholes, junction boxes, encasement, blocking, collars, light pole foundations, slabs, sidewalk, curb and gutter, concrete 4 3-5 valley gutter and other miscellaneous concrete Drilled shafts 61/2 51/2 — 71/2 1 2 2) No concrete shall be permitted with slump in excess of the maximums 3 shown. 4 3) Any concrete mix failing to meet the above consistency requirements, 5 although meeting the slump requirements, shall be considered unsatisfactory, 6 and the mix shall be changed to correct such unsatisfactory conditions. 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A.Equipment 13 1. All equipment necessary for the construction of this item shall be on the project. 14 2. The equipment shall include spreading devices (augers), internal vibration, 15 tamping, and surface floating necessary to finish the freshly placed concrete in such 16 a manner as to provide a dense and homogeneous pavement. 17 3. Machine -Laid Concrete Pavement 18 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms 19 that are uniformly supported on a sufficiently firm subbase to prevent sagging 20 under the weight of machine. 21 b. Slip -Form Paver 22 1) Slip -form paving equipment shall be provided with traveling side forms of 23 sufficient dimensions, shape and strength so as to support the concrete 24 laterally for a sufficient length of time during placement. 25 2) City may reject use of Slip -Form Paver if paver requires over -digging and 26 impacts trees, mailboxes or other improvements. 27 4. Hand -Laid Concrete Pavement 28 a. Machines that do not incorporate these features, such as roller screeds or 29 vibrating screeds, shall be considered tools to be used in hand -laid concrete 30 construction, as slumps, spreading methods, vibration, and other procedures are 31 more common to hand methods than to machine methods. 32 5. City may reject equipment and stop operation if equipment does not meet 33 requirements. 34 B. Concrete Mixing and Delivery CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 321313 -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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 321313 -12 CONCRETE PAVING Page 12 of 22 1 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 2 density as determined by ASTM D698. 3 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 4 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 5 pavement to ensure its being in a firm and moist condition. 6 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 7 of the work. 8 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 9 place concrete pavement. 10 10. After the specified moisture and density are achieved, the Contractor shall maintain 11 the subgrade moisture and density in accordance with this Section. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 11. In the event that rain or other conditions may have adversely affected the condition of the subgrade or base, additional tests may be required as directed by the City. D.Placing and Removing Forms 1. Placing Forms a. Forms for machine -laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. 5) Forms shall be set to line and grade at least 200 feet, where practicable, in advance of the paving operations. 6) In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand -laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 RaceTrac Risinger City Project No. 105656 321313-13 CONCRETE PAVING Page 13 of 22 1 3. Cleaning. Forms shall be thoroughly cleaned after each use. 2 4. Removal. 3 a. Forms shall remain in place until the concrete has taken its final set. 4 b. Avoid damage to the edge of the pavement when removing forms. 5 c. Repair damage resulting from form removal and honeycombed areas with a 6 mortar mix within 24 hours after form removal unless otherwise approved. 7 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 8 after a bulkhead for a transverse construction joint has been removed unless 9 otherwise approved. 10 e. When forms are removed before 72 hours after concrete placement, promptly 11 apply membrane curing compound to the edge of the concrete pavement. 12 E. Placing Reinforcing Steel, Tie, and Dowel Bars 13 1. General 14 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as 15 shown on the Drawings. 16 b. All reinforcing steel shall be clean, free from rust in the form of loose or 17 objectionable scale, and of the type, size and dimensions shown on the 18 Drawings. 19 c. Reinforcing bars shall be securely wired together at the alternate intersections 20 and all splices and shall be securely wired at each intersection dowel and load- 21 transmission unit intersected. 22 d. All bars shall be installed in their required position as shown on the Drawings. 23 e. The storing of reinforcing or structural steel on completed roadway slabs 24 generally shall be avoided and, where permitted, such storage shall be limited to 25 quantities and distribution that shall not induce excessive stresses. 26 2. Splices 27 a. Provide standard reinforcement splices by lapping and tying ends. 28 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 29 the Drawings. 30 3. Installation of Reinforcing Steel 31 a. All reinforcing bars and bar mats shall be installed in the slab at the required 32 depth below the finished surface and supported by and securely attached to bar 33 chairs installed on prescribed longitudinal and transverse centers as shown by 34 sectional and detailed drawings on the Drawings. 35 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 36 on the Drawings and shall be approved by the City prior to extensive fabrication. 37 c. After the reinforcing steel is securely installed above the subgrade as specified 38 in Drawings and as herein prescribed, no loading shall be imposed upon the bar 39 mats or individual bars before or during the placing or finishing of the concrete. 40 4. Installation of Dowel Bars 41 a. Install through the predrilled joint filler and rigidly support in true horizontal 42 and vertical positions by an assembly of bar chairs and dowel baskets. 43 b. Dowel Baskets 44 1) The dowels shall be held in position exactly parallel to surface and 45 centerline of the slab, by a dowel basket that is left in the pavement. 46 2) The dowel basket shall hold each dowel in exactly the correct position so 47 firmly that the dowel's position cannot be altered by concreting operations. 48 c. Dowel Caps CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 321313 -14 CONCRETE PAVING Page 14 of 22 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. Grease bar before adding cap to prevent bonding with the concrete. 5. Tie Bar and Dowel Placement a. Place at mid -depth of the pavement slab, parallel to the surface. b. Place as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrounding structures. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 1. Joints shall be placed where shown on the Drawings or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. Expansion joints shall continue to the farthest outside edge of paving and adjacent slabs, and should extend through monolithic or attached curbs so that there is no restriction to the movement of the joint at any point. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall not restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 RaceTrac Risinger City Project No. 105656 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 £ 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 321313-16 CONCRETE PAVING Page 16 of 22 1 g. The joint filler may be composed of more than one length of board in the 2 length of joint, but no board of a length less than 6 foot may be used unless 3 otherwise shown on the Drawings. 4 h. After the removal of the side forms, the ends of the joints at the edges of the 5 slab shall be carefully opened for the entire depth of the slab. 6 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 7 and as specified in Section 32 13 73. Materials shall generally be handled and 8 applied according to the manufacturer's recommendations as specified in Section 9 32 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 50linear 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 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 1/16 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 321313 -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 C 15 6 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 321313 -19 CONCRETE PAVING Page 19 of 22 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician must be ACI certified or equivalent. C.Pavement Thickness Test 1. Pavement thickness test shall be performed by a commercial testing laboratory approved by the City every 100 feet or fraction thereof in accordance with TxDOT Designation: Tex-423-A, unless otherwise shown on the plans. Test locations shall be at the discretion of the City. 2. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, core samples shall be taken at the contractor's expense to verify deficiency of more than 0.2 in. from plan thickness and to isolate the deficient area. 3. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50-inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 4. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. 5. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 7. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced with concrete of the thickness shown on the Drawings at the Contractor's sole expense. 8. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. D.Pavement Strength Test 1. During the progress of the work the commercial testing laboratory casts test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 RaceTrac Risinger City Project No. 105656 3213 13-20 CONCRETE PAVING Page 20 of 22 1 2. Test cylinders shall be taken from a representative portion of concrete being placed 2 for every 150-cubic yards of concrete pavement placed, but in no case shall fewer 3 than 1 set of cylinders be taken per day of placement. After the cylinders have been 4 cast, they shall remain on the job site and then transported, moist cured, and tested 5 in accordance with ASTM C31 and ASTM C39. 6 3. In each set, one of the cylinders shall be tested at 7 days (3 days for HES concrete), 7 two cylinders shall be tested at 28 days (three cylinders for 4" by 8" cylinders), and 8 the remaining cylinder shall be retained for testing at 56 days, if necessary. 9 Concrete must attain its design strength within 56 days. The 4" by 8" cylinders are 10 acceptable only when the nominal maximum aggregate size of the mix is less than 11 1-1/4 inch. 12 4. If the average 28-day test results indicate deficient strength, the Contractor may, at 13 its option and expense, core the pavement in question and have the cores tested by 14 an approved laboratory in accordance with ASTM C42 and ACI 318 protocol. The 15 average of all cores must meet 100 percent of the minimum specified strength, with 16 no individual core resulting in less than 90 percent of design strength, in order to 17 override the results of the cylinder tests. 18 5. In the event cylinders and/or cores do not meet minimum specified strength, 19 additional cores may be taken to identify the limits of deficient concrete pavement 20 at the expense of the Contractor. 21 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 22 meeting the minimum specified strength shall be subject to the money penalties or 23 removal and placement at the Contractor's expense as shown in the following table. 24 Percent Deficient Greater Than 0 percent - Not More Than 10 percent Greater Than 10 percent - Not More Than 15 percent Greater Than 15 percent Percent of Contract Price Allowed 90-percent 80-percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 25 26 7. Deficiency shall be determined on a panel by panel basis. 27 8. The amount of penalty shall be deducted from payment due to Contractor 28 9. No additional payment over the contract unit price shall be made for any pavement 29 with a strength exceeding that required by the Drawings and/or specifications. 30 E. Cracked Concrete Acceptance Policy 31 1. If cracks exist in concrete pavement upon completion of the project, the Project 32 Inspector shall decide as to the need for action to address the cracking as to its 33 cause and recommended remedial work. 34 2. If the recommended remedial work is routing and sealing of the cracks to protect 35 the subgrade, the Inspector shall make the determination as to whether to rout and 36 seal the cracks at the time of final inspection and acceptance or at any time prior to 37 the end of the project maintenance period. The Contractor shall perform the routing 38 and sealing work as directed by the Project Inspector, at no cost to the City, 39 regardless of the cause of the cracking. 40 3. If remedial work beyond routing and sealing is determined to be necessary, the 41 Inspector and the Contractor shall meet to determine the cause of the cracking. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 RaceTrac Risinger City Project No. 105656 32 13 13-21 CONCRETE PAVING Page 21 of 22 1 a. If agreement is reached that the cracking is due to deficient materials or 2 workmanship, the Contractor shall perform the remedial work at no cost to the 3 City. Remedial work in this case shall be limited to removing and replacing the 4 deficient work with new material and workmanship that meets the requirements 5 of the contract. 6 b. If the Inspector and the Contractor agree that the cause of the cracking is not 7 deficient materials or workmanship, the City may request the Contractor to 8 provide an estimate of the cost of the necessary remedial work and/or additional 9 work to address the cause of the cracking, and the Contractor will perform that 10 work at the agreed -upon price if the City elects to do so. 11 4. If the Inspector and the Contractor cannot agree on the cause of the cracking, the 12 City may hire an independent geotechnical engineer, acceptable to the Contractor, 13 to perform testing and analysis to determine the cause of the cracking. The 14 contractor shall pay 50 percent of the costs of the independent testing. Contractor 15 shall provide one half of the estimated costs of the independent testing to be held by 16 the City. 17 5. If the independent geotechnical engineer determines that the primary cause of the 18 cracking is the Contractor's deficient material or workmanship, the remedial work 19 will be performed at the Contractor's entire expense and the Contractor will also 20 reimburse the City for the City's portion of cost of the geotechnical investigation. 21 Remedial work in this case shall be limited to removing and replacing the deficient 22 work with new material and workmanship that meets the requirements of the 23 contract. 24 6. If the geotechnical engineer determines that the primary cause of the cracking is not 25 the Contractor's deficient material or workmanship, the City will return the held 26 funds to the Contractor. The Contractor, on request, will provide the City an 27 estimate of the costs of the necessary remedial work and/or additional work and 28 will perform the work at the agreed -upon price as directed by the City. 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 A.No concrete washout, mix, slurry, cuts, mud or solids etc., may enter the storm water 33 system including curb lines. Equipment washout allowed only in areas shown on 34 drawings and test materials or slag must be removed from site prior to final acceptance. 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3213 13-22 CONCRETE PAVING Page 22 of 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.1) — 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 321320-1 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 PART 1 - 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 shallbe 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 shallbe 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2021 32 13 20 - 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2of6 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 shallbe 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 shallbe 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2021 32 13 20 - 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 14 barrier 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 shallbe 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 26 the finished work. 27 28 29 30 31 32 B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Concrete' Cementitious, Compressive Water/ Lb./CY Strength2 Cementitious psi Ratio A 470 3000 0.58 C. Reinforcement: see Section 32 13 13. Course Aggregate Maximum Size, inch 1-1/2 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2021 32 13 20 - 4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4of6 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] iC�19=W4111 Di Al ME'%M Wei 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 shallbe 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 aminimum thickness of 6 inches. Standard cros s- 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2021 32 13 20 - 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 shallbe securely staked to line and grade and maintained in a true 6 position 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 brick red color pre -cast detectable warning Dome -Tile, 33 manufactured by StrongGo Industries or approved equal by the City. 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 landing where the 36 pedestrian access route enters the street. 37 3. Locate detectable warning surface so that the edge nearest the curb line is at the 38 extension of the face of the curb. 39 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 40 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2021 1 2 3 4 5 6 7 8 9 10 11 12 32 13 20 - 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] DATE NAME 12/20/2012 D. Johnson 4/30/2013 F. Griffin June 5, 2018 M Owen April 29, 2021 M Owen December 9, 2021 M Owen END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A.3 —Measurement and Payment for Barrier Free Ramps modified to match updated City Details CorrectedPart 1, 1.2, A, 3, b, 1 to read, from ... square foot of Concrete Sidewalk. to.. each "Barrier Free Ramp" installed. Revised Measurement and Payment. section. 1.2 A. 4. c. Revise Barrier Free Ramp — Payment Section 1.2 A. l .c. and 1.2 A. 3. c. Clarified what is included in bid items for sidewalk and driveway, respectively CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2021 RaceTrac Risinger City Project No. 105656 32 1373 -1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Joint Sealant completed and accepted only when specified in the Drawings to be a pay item. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed, unless specifically specified on Drawings. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 32 1373 -2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant has a minimum 2-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35 degrees F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion -type joint if surface temperature is below 35 degrees F or above 90 degrees F. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 32 1373 -3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 3.4 INSTALLATION A. General 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the City prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 32 1373 -4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger City Project No. 105656 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 RaceTrac Risinger City Project No. 105656 321613-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 7 1 1. W od 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. W od 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. W re 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. W rk concrete into all spaces and around any reinforcement to form a dense mass 35 free from voids. 36 3. W rk coarse aggregate away from contact with the forms 37 4. Hand -Laid Concrete — Curb and gutter CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 joints. 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 joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1-inch free expansion. k. Support dowels by an approved method. D.Curing: see Section 32 13 13. 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 RaceTrac Risinger City Project No. 105656 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 C 172 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 C 1064; 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 2.2.13.1 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 9 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2022 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 321723-1 PAVEMENT MARKINGS Page 1 of 11 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 11 e. Preformed Contrast Markings 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C.Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A.Measurement and Payment 22 1. Pavement Markings 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the unit 28 price bid per linear foot of "Pvmt Marking" installed for: 29 a) Various Widths 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 1) Installation of Pavement Marking 35 2) Glass beads, when required 36 3) Surface preparation 37 4) Clean-up 38 5) Testing (when required) 39 2. Legends 40 a. Measurement 41 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 321723-2 PAVEMENT MARKINGS Page 2 of 11 b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Preformed Thermoplastic — Contrast Markings a. Measurement 1) Measurement for this Item shall be per linear foot of material placed or per each for legend items b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot or per each for legends for "Preformed Thermoplastic — Contract Markings" installed for: a) Various Widths b) Various Types c) Various Applications c. The price bid shall include: 1) Installation of Contrast Markings, including solid black and solid white or yellow material as preformed 2) Railroad Legend shall include X and RR legend markings and three 24" stop bars 3) Surface preparation 4) Clean-up 5) Testing 4. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing 5. Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 RaceTrac Risinger City Project No. 105656 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 321723-3 PAVEMENT MARKINGS Page 3 of 11 c. The price bid shall include: 1) Installation of Tab Work Zone Markers 6. Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Fire Lane Marking" installed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing 7. Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Pvmt Marking" performed for: a) Various widths c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up 8. Raised Marker Removal a. Measurement 1) Measurement for this Item shall be per each Pavement Marker removed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Remove Raised Marker" performed. c. The price bid shall include: 1) Removal of each Marker 2) Disposal of removed materials 3) Clean-up 9. Legend Removal a. Measurement 1) Measure for this Item shall be per each Legend removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Legend" performed for: a) Various types b) Various applications c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 RaceTrac Risinger City Project No. 105656 321723-4 PAVEMENT MARKINGS Page 4 of 11 1 1.3 REFERENCES 2 A.Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. Texas Manual on Uniform Traffic Control Devices (MUTCD). 2011 Edition 7 a. Part 3, Markings 8 3. American Association of State Hishwav and Transportation Officials (AASHTO) 9 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 10 4. Federal Hishwav Administration (FHWA) 11 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 12 5. Texas Department of Transportation (TxDOT) 13 a. DMS-4200, Pavement Markers (Reflectorized) 14 b. DMS-4300, Traffic Buttons 15 c. DMS-8220, Hot Applied Thermoplastic 16 d. DMS-8240, Permanent Prefabricated Pavement Markings 17 e. DMS-8241, Removable Prefabricated Pavement Markings 18 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A.Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE, AND HANDLING 29 A. Storage and Handling Requirements 30 1. The Contractor shall secure and maintain a location to store the material in 31 accordance with Section 01 50 00. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER -SUPPLIED PRODUCTS 36 A.New Products 37 1. Refer to Drawings to determine if there are owner -supplied products for the Project. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 2.2 MATERIALS 2 A.Manufacturers 3 1. Only the manufacturers as listed in the City's Standard Products List will be 4 considered as shown in Section 0160 00. 5 a. The manufacturer must comply with this Specification and related Sections. 6 2. Any product that is not listed on the Standard Products List is considered a 7 substitution and shall be submitted in accordance with Section 0125 00. 8 B. Materials 9 1. Pavement Markings 10 a. Thermoplastic, hot applied, spray 11 1) Refer to Drawings and City Standard Detail Drawings for width of 12 longitudinal lines. 13 2) Product shall be especially compounded for traffic markings. 14 3) When placed on the roadway, the markings shall not be slippery when wet, 15 lift from pavement under normal weather conditions nor exhibit a tacky 16 exposed surface. 17 4) Cold ductility of the material shall permit normal road surface expansion 18 and contraction without chipping or cracking. 19 5) The markings shall retain their original color, dimensions and placement 20 under normal traffic conditions at road surface temperatures of 158 degrees 21 Fahrenheit and below. 22 6) Markings shall have uniform cross-section, clean edges, square ends and no 23 evidence of tracking. 24 7) The density and quality of the material shall be uniform throughout the 25 markings. 26 8) The thickness shall be uniform throughout the length and width of the 27 markings. 28 9) The markings shall be 95 percent free of holes and voids, and free of 29 blisters for a minimum of 60 days after application. 30 10) The material shall not deteriorate by contact with sodium chloride, calcium 31 chloride or other chemicals used to prevent roadway ice or because of the oil 32 content of pavement markings or from oil droppings or other effects of traffic. 33 11) The material shall not prohibit adhesion of other thermoplastic markings if, 34 at some future time, new markings are placed over existing material. 35 a) New material shall bond itself to the old line in such a manner that no 36 splitting or separation takes place. 37 12) The markings placed on the roadway shall be completely retroreflective 38 both internally and externally with traffic beads and shall exhibit uniform 39 retro-directive reflectance. 40 13) Traffic beads 41 a) Manufactured from glass 42 b) Spherical in shape 43 c) Essentially free of sharp angular particles 44 d) Essentially free of particles showing cloudiness, surface scoring or 45 surface scratching 46 e) Water white in color 47 f) Applied at a uniform rate CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 g) Meet or exceed Specifications shown in AASHTO Standard 2 Specification for Glass Beads Used in Pavement Markings, AASHTO 3 Designation: M 247-09. 4 b. Thermoplastic, hot applied, extruded 5 1) Product shall be especially compounded for traffic markings 6 2) When placed on the roadway, the markings shall not be slippery when wet, 7 lift from pavement under normal weather conditions nor exhibit a tacky 8 exposed surface. 9 3) Cold ductility of the material shall permit normal road surface expansion 10 and contraction without chipping or cracking. 11 4) The markings shall retain their original color, dimensions and placement 12 under normal traffic conditions at road surface temperatures of 158 degrees 13 Fahrenheit and below. 14 5) Markings shall have uniform cross-section, clean edges, square ends and no 15 evidence of tracking. 16 6) The density and quality of the material shall be uniform throughout the 17 markings. 18 7) The thickness shall be uniform throughout the length and width of the 19 markings. 20 8) The markings shall be 95 percent free of holes and voids, and free of 21 blisters for a minimum of 60 days after application. 22 9) The minimum thickness of the marking, as measured above the plane 23 formed by the pavement surface, shall not be less than 1/8 inch in the center 24 of the marking and 3/32 inch at a distance of %2 inch from the edge. 25 10) Maximum thickness shall be 3/16 inch. 26 11) The material shall not deteriorate by contact with sodium chloride, calcium 27 chloride or other chemicals used to prevent roadway ice or because of the oil 28 content of pavement markings or from oil droppings or other effects of traffic. 29 12) The material shall not prohibit adhesion of other thermoplastic markings if, 30 at some future time, new markings are placed over existing material. New 31 material shall bond itself to the old line in such a manner that no splitting or 32 separation takes place. 33 13) The markings placed on the roadway shall be completely retroreflective 34 both internally and externally with traffic beads and shall exhibit uniform 35 retro-directive reflectance. 36 14) Traffic beads 37 a) Manufactured from glass 38 b) Spherical in shape 39 c) Essentially free of sharp angular particles 40 d) Essentially free of particles showing cloudiness, surface scoring or 41 surface scratching 42 e) Water white in color 43 f) Applied at a uniform rate 44 g) Meet or exceed Specifications shown in AASHTO Standard 45 Specification for Glass Beads Used in Pavement Markings, AASHTO 46 Designation: M 247-09. 47 c. Preformed Polymer Tape 48 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 49 3M High Performance Tape Series 3801 ES, or approved equal. 50 d. Preformed Heat -Activated Thermoplastic Tape CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 2 mil preformed thermoplastic or approved equal. 3 2. Raised Markers 4 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 5 Control Devices. 6 b. Non -reflective markers shall be Type Y (yellow body) and Type W (white body) 7 round ceramic markers and shall meet or exceed the TxDOT Specification 8 DMS-4300. 9 c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification 10 DMS-4200 for high -volume retroreflective raised markers and be available in 11 the following types: 12 1) Type I-C, white body, 1 face reflects white 13 2) Type II -A -A, yellow body, 2 faces reflect amber 14 3) Type II-C-R, white body, 1 face reflects white, the other red 15 16 3. Work Zone Markings 17 a. Tabs 18 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 19 of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker Tabs." 20 2) Removable markings shall not be used to simulate edge lines. 21 3) No segment of roadway open to traffic shall remain without permanent 22 pavement markings for a period greater than 14 calendar days. 23 b. Raised Markers 24 1) All raised pavement markers shall meet the requirements of DMS-4200. 25 c. Striping 26 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 27 8200. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL 30 A.Performance 31 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 32 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (mph) <_ 30 35 — 50 > 55 2-lane roads with centerline n/a 100 250 markings only (1) All other roads (2) n/a 50 100 33 (1) Measured at standard 30-m geometry in units of mcd/m2/lux. 34 (2) Exceptions: 35 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 36 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 37 long as the RRPMs are maintained so that at least 3 are visible from any position along that 38 line during nighttime conditions. 39 B. When continuous roadway lighting assures that the markings are visible, minimum 40 pavement marking retroreflectivity levels are not applicable. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 321723-8 PAVEMENT MARKINGS Page 8 of 11 PART 3 - EXECUTION 2 3.1 EXAMINATION [NOT USED] 3 3.2 PREPARATION 4 A.Pavement Conditions 5 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 6 markings and other forms of contamination. 7 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 8 curing membrane. 9 3. Pavement to which material is to be applied shall be completely dry. 10 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 11 minutes, no condensation develops on the underside of a 1 square foot piece of 12 clear plastic that has been placed on the pavement and weighted on the edges. 13 5. Equipment and methods used for surface preparation shall not damage the 14 pavement or present a hazard to motorists or pedestrians. 15 3.3 INSTALLATION 16 A. General 17 1. The materials shall be applied according to the manufacturer's recommendations. 18 2. Markings and markers shall be applied within temperature limits recommended by 19 the material manufacturer, and shall be applied on clean, dry pavement having a 20 surface temperature above 50 degrees Fahrenheit. 21 3. Markings that are not properly applied due to faulty application methods or being 22 placed in the wrong position or alignment shall be removed and replaced by the 23 Contractor at the Contractor's expense. If the mistake is such that it would be 24 confusing or hazardous to motorists, it shall be remedied the same day of 25 notification. Notification will be made by phone and confirmed by fax. Other 26 mistakes shall be remedied within 5 days of written notification. 27 4. When markings are applied on roadways open to traffic, care will be taken to 28 ensure that proper safety precautions are followed, including the use of signs, 29 cones, barricades, flaggers, etc. 30 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 31 6. Temperature of the material must be equal to the temperature of the road surface 32 before allowing traffic to travel on it. 33 B.Pavement Markings 34 1. Thermoplastic, hot applied, spray 35 a. This method shall be used to install and replace long lines — centerlines, lane 36 lines, edge lines, turn lanes, and dots. 37 b. Markings shall be applied at a 110-mil thickness. 38 c. Markings shall be applied at a 90-mil thickness when placed over existing 39 markings. 40 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 41 e. Typical setting time shall be between 4 minutes and 10 minutes depending upon 42 the roadway surface temperature and the humidity factor. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 2 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 3 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 subparagraph 2A.A.1 of this Specification. 5 2. Thermoplastic, hot applied, extruded 6 a. This method shall be used to install and replace crosswalks and stop -lines. 7 b. Markings shall be applied at a 125-mil thickness. 8 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 9 this Specification. 10 3. Preformed Polymer Tape 11 a. This method shall be used to install and replace crosswalks, stop -lines, and 12 legends. 13 b. The applied marking shall adhere to the pavement surface with no slippage or 14 lifting and have square ends, straight lines and clean edges. 15 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 16 this Specification. 17 4. Preformed Heat -Activated Thermoplastic Tape 18 a. This method shall be used to install and replace crosswalks, stop -lines, and 19 legends. 20 b. The applied marking shall adhere to the pavement surface with no slippage or 21 lifting and have square ends, straight lines and clean edges. 22 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 23 this Specification. 24 C.Raised Markers 25 1. All permanent raised pavement markers on Portland Cement roadways shall be 26 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 27 2. All permanent raised pavement markers on new asphalt roadways may be installed 28 with epoxy or bituminous adhesive. 29 3. A chalk line, chain or equivalent shall be used during layout to ensure that 30 individual markers are properly aligned. All markers shall be placed uniformly 31 along the line to achieve a smooth continuous appearance. 32 D.Work Zone Markings 33 1. Work shall be performed with as little disruption to traffic as possible. 34 2. Install longitudinal markings on pavement surfaces before opening to traffic. 35 3. Maintain lane alignment traffic control devices and operations until markings are 36 installed. 37 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 38 shown on the Drawings. 39 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 40 of a surface treatment, unless otherwise shown on the Drawings. 41 6. Place markings in proper alignment with the location of the final pavement 42 markings. 43 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 44 transverse lines. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 11 1 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 2 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 3 beam automobile headlight. 4 9. The daytime and nighttime reflected color of the markings must be distinctly white 5 or yellow. 6 10. The markings must exhibit uniform retroreflective characteristics. 7 11. Epoxy adhesives shall not be used to work zone markings. 8 3.4 REMOVALS 9 1. Pavement Marking and Marker Removal 10 a. The industry's best practice shall be used to remove existing pavement markings 11 and markers. 12 b. If the roadway is being damaged during the marker removal, Work shall be 13 halted until consultation with the City. 14 c. Removals shall be done in such a matter that color and texture contrast of the 15 pavement surface will be held to a minimum. 16 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 17 1/4 inch in depth resulting from the removal of pavement markings and markers. 18 Driveway patch asphalt emulsion may be broom applied to reseal damage to 19 asphaltic surfaces. 20 e. Dispose of markers in accordance with federal, state, and local regulations. 21 f. Use any of the following methods unless otherwise shown on the Drawings. 22 1) Surface Treatment Method 23 a) Apply surface treatment at rates shown on the Drawings or as directed. 24 Place a surface treatment a minimum of 2 feet wide to cover the existing 25 marking. 26 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 27 of 1 lane in width in areas where directional changes of traffic are 28 involved or in other areas as directed by the City. 29 2) Burn Method 30 a) Use an approved burning method. 31 b) For thermoplastic pavement markings or prefabricated pavement 32 markings, heat may be applied to remove the bulk of the marking material 33 prior to blast cleaning. 34 c) When using heat, avoid spalling pavement surfaces. 35 d) Sweeping or light blast cleaning maybe used to remove minor residue. 36 3) Blasting Method 37 a) Use a blasting method such as water blasting, abrasive blasting, water 38 abrasive blasting, shot blasting, slurry blasting, water -injected abrasive 39 blasting, or brush blasting as approved. 40 b) Remove pavement markings on concrete surfaces by a blasting method 41 only. 42 4) Mechanical Method 43 a) Use any mechanical method except grinding. 44 b) Flail milling is acceptable in the removal of markings on asphalt and 45 concrete surfaces. 46 2. If a location is to be paved over, no additional compensation will be allowed for 47 marking or marker removal. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 321723-11 PAVEMENT MARKINGS Page 11 of 11 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A.All lines must have clean edges, square ends, and be uniform cross-section. 5 B. The density and quality of markings shall be uniform throughout their thickness. 6 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 7 shall be free of blisters. 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING 11 A. Contractor shall clean up and remove all loose material resulting from construction 12 operations. 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language 6/10/22 M Owen 1.1 A and 1.2 A — Revised to address preformed "contrast' pavement markings CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 10, 2022 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 I SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 1. Section Includes: 6 1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on 7 the Drawings within the Roadway Right -of ways (Roadway ROW includes 8 medians and parkways between the curb and property line. 9 2. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 3. Related Specification Sections include but are not necessarily limited to 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 1. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item 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 shall be measured in 23 accordance with provisions for the various excavation items involved with the 24 provision that excavation will be measured and paid for once, regardless of the 25 manipulations involved. 26 3. The price bid shall include: 27 a. Furnishing Topsoil 28 b. Loading 29 c . Hauling 30 d. Placing 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 32 91 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 6. The design grade from the right-of-ways extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. 2. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. a. Hand tamp or roll topsoil surface (with hand tamper or landscaping roller or other accepted method) and finish a minimum of 5 feet from all flatwork. b. Ensure topsoil is free from objectionable material including subsoil, weeds, clay lumps, non -soil materials, roots, stumps or stones larger than 1.0 inches c. No additional topsoil should be added within the critical root zone of trees. Tamp the topsoil with a light roller or other suitable equipment. 3.5 REPAIR/RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 3/11/2022 M Owen Revised title of specification 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 RaceTrac Risinger City Project No. 105656 2 3 4 PART 1 - GENERAL 5 1.1 SUMMARY SECTION 32 92 13 SODDING 329213 -1 SODDING Page 1 of 7 6 A. Section Includes: 7 1. Furnishing and installing grass sod as shown on Drawings, or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 31 10 00 —Site Clearing 14 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 15 5. Section 32 84 23 - Irrigation 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Sod Placement 19 a. Measurement 20 1) Measurement for this Item shall be by the square yard of Sod complete in 21 place for uniform vegetative coverage. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price bid per square yard of Sod placed. 26 c. The price bid shall include: 27 1) Surface preparation, scarifying subgrade, cleaning, and fine grading as 28 described in section 3.3 Preparation 29 2) Furnishing and placing all sod (until established complete in place with no 30 gaps or overlaps) 31 3) Rolling and tamping 32 4) Watering (until established) 33 5) Fertilizer, if required by City to be determined by soil test 34 6) Disposal of surplus materials off site or as directed by City 35 7) Weed removal (until established) 36 8) Mowing of two cycles, beginning at thirty (30) days from installation or 37 when blade height is 4" or greater, whichever comes first 38 9) Mowing cycles shall be spaced a minimum of ten (10) days apart (until 39 established) 40 d. Exceptions to c. include the following for areas to be turned over to adjacent 41 properties for maintenance: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 13, 2021 329213 -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 will be 5 immediately turned over to adjacent property owners 6 2. Mowing 7 a. Measurement 8 1) Measurement for this Item shall be per each for the project, beyond the two 9 (2) mow cycles included in sodding price, as approved and directed by the 10 City 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price bid per each. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 ACTION SUBMITTALS [NOT USED] 18 1.6 INFORMATIONAL SUBMITTALS 19 A. Certifications, Samples and Documentation 20 1. Certificates and/or labels and samples of sod, fertilizer, compost, soil amendments 21 and/or other materials, including a certificate from the vendor indicating sod is free 22 from weeds. 23 2. Delivery receipts and copies of invoices for materials used for this work shall be 24 subject to verification by the City 25 B. Exceptions 26 1. Certifications, samples and associated documentation will not be required for sod to 27 be turned over to adjacent property owner for maintenance 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Developer/contractor who plants material is responsible for the supervision of crew, the 32 site, and the maintenance of the material until the project is accepted by the City 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A. Sod 35 1. Protect from exposure to wind, sun and freezing. 36 2. Keep stacked sod moist, consistently throughout stack. 37 3. Sod upon delivery may be inspected by City 38 4. Harvesting and planting operations shall be coordinated with not more than seventy- 39 two (72) hours elapsing between harvesting and placement, rolling, tamping, and 40 watering of sod. 41 B. Fertilizer, as determined by soil testing report provided to Contractor, if specifically 42 required by City for the project. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 13, 2021 329213 -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 specific project, Contractor must coordinate inspection seventy-two 35 (72) hours prior to cutting of sod and delivery 36 B. Sod may be inspected by City upon delivery. 37 3.3 PREPARATION 38 A. Surface Preparation: clear surface of allmaterial including the following and dispose of 39 off -site or as directed by City: CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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, ore anopy 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 I 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 13, 2021 329213 -6 SODDING Page 6 of 7 1 7. Place sod so that the entire area designated for sodding is covered with no gaps or 2 overlapping material 3 8. Fill voids left in the solid sodding with additional sod and tamp. 4 9. Stagger joints and seams. 5 10. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. 6 a. Use pedestrian mechanical process (no motorized vehicles / equipment). 7 b. Low spots, or settlement greater than 1-inch, that may cause tripping hazard 8 shall be leveled 9 c. Finished grade of sod shall be maximum 1-inch below adjacent edges including 10 curbs, drives, and walkways. 11 11. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm 12 earth in areas that may slide due to the height or slope of the surface or nature of the 13 soil. 14 C. Watering and Finishing 15 1. Water sod to a minimum depth of 4-inches immediately after placed and tamped and 16 rolled. 17 2. Generally, as recommended by the vendor 18 3. Water source shall be clean and free of industrial waste or other substances harmful 19 to the germination of the seed or growth of the vegetation. 20 4. Water until 100 percent green and established as defined in 3.13. Dormant sod must 21 be over -seeded as directed in 2.2 A.2.d. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE -INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE 31 A. Sodding 32 1. Water and mow sod until completion and final acceptance of the Projector as 33 directed by the City. 34 2. Trim and maintain along edges including curbs, drives, and walkways with 35 maximum 1-inch surface elevation change. 36 3. Sod shall be rooted to scarified soil with continuous surface coverage with no gaps or 37 overlapping edges. 38 4. Includes protection, replanting, and maintaining grades with no settlement over 1- 39 inch, and immediate repair of erosion damage until the project receives final 40 acceptance. 41 5. Sod shall not be considered finally accepted until the sod has started to peg down 42 (roots growing into the soil) and is free from dead blocks of sod. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 13, 2021 329213 -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 CHANGE 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 grasses/wildflowers. Items pertaining to fertilizer throughout document updated to include soil testing. Remove and replace "block sod" with "sod" May 13, 2021 M Owen throughout document. Updated 1.2 payment measurement. 3.3 Preparation 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 associated with sod to be turned over to adjacent property owner. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised May 13, 2021 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 1 of 8 SECTION 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing native grass and wildflower seeding as shown in Drawings, or as directed. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 00 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 01 - General Requirements 3. Section 31 10 00 -Site Clearing 4. Section 32 91 19 -Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Seeding a. Measurement 1) Measurement for this Item shall be in accordance with units specified in bid tab, complete in place for uniform vegetative coverage as shown in Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for Native Grass and Wildflower Seed placed for various installation methods. c. The price bid shall include: 1) Pounds per acre per species 2) Washing and removing all seed from truck or dispersal tools prior to placing Native Grass and Wildflower Seeds 3) Furnishing and placing Native Grass and Wildflower Seed with no -till seed drill 4) Furnishing and placing of annual non-invasive cover or nursery seed - Elbon rye (Secale cereale) 5) Furnishing and applying water for seed 6) Slurry and hydraulic mulching 7) Soil Retention Blanket, if directed to use or as shown in Drawings 8) Watering (until established) 9) Disposal of surplus materials 10) Weed Removal (until Final) 11) Invasive species control (pesticide application) as shown in Drawings. 2. Mowing as shown in Drawings or directed by City CITY OF FORT WORTH RaceTrae Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 2 of 8 a. Do not mow native seeded area unless specified in Drawings. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed(s) 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. 3. All seed to be of the previous season's crop and the date on the container shall be within twelve (12) months of the seeding date. 4. Each seed shall be supplied in a separate, labeled container for acceptance by the City. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The Developer/Contractor who plants material is responsible for the supervision of crews, the site, and the maintenance of the material until the project is accepted by the City. B. Wildflowers or native grass seeds are not to be planted within ten (10) feet of a road or parking lot or within three (3) feet of a walkway OR as shown in Drawings OR as directed by City. 1. Native buffalograss sod, or non-native Bermudagrass sod should be planted within ten feet of a road or parking lot or within 3 feet of a walkway. C. Do not use mulch; unless shown in Drawings. D. Do not use fertilizer on native plantings unless shown in Drawings. E. Time seed application to appropriate time of year for specific seed mix; as recommended or approved. 1.10 DELIVERY, STORAGE, AND HANDLING A. Seed 1. Native grass or wildflower seed to be locally sourced if possible. Seed shall be harvested from within a 200-mile radius. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City; or as directed by City. B. Fertilizer, if required and based on soils testing, and shown in Drawings. 1. Provide unopened bags labeled with the analysis. 2. Conform to Texas fertilizer law. CITY OF FORT WORTH RaceTrae Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 3 of 8 If using fertilizer, provide organic fertilizer. Use fertilizer at a rate of no more than 0.05 pounds Nitrogen per 1,000 square foot. 1.11 FIELD [SITE] CONDITIONS A. Grading of site and installation of topsoil must be approved by City prior to application of seed. 1.12 WARRANTY A. Seed to be replaced if coverage does not exceed 80 percent by date of Substantial Completion or Final Inspection. PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS AND EQUIPMENT A. Materials 1. Seed a. Native Grass Seed (as shown in Drawings) 1) Plant between February 1 and October 1. 2) Seed mix will be rejected if found to contain the following seeds: 1. Johnsongrass (Sorghum halepense) 2. Bermudagrass (Cynodon dactylon) 3. King Ranch bluestem (Bothriochloa ischaemum) 4. Sandbur (Cenchrus species) 5. Giant cane (Arundo donax) 6. Nutgrass/nutsedge (Cyperus rotundus, Cyperus esculentus) 7. Invasive Forbs or other plants listed under State of Texas RULE § 19.300 Noxious and Invasive Plant List httDs://texre2.sos.state.tx.us/fids/200701978-l.html 8. Species listed in the City of Fort Worth Park & Recreation Department Weed List. b. Wildflower Seed (as shown in Drawings) 1) Plant between March 5 through May 31 and September 1 through December 1. 2) Seed mix will be rejected if found to contain the following seeds: 1. Johnsongrass (Sorghum halepense) 2. Bermudagrass (Cynodon dactylon) 3. King Ranch bluestem (Bothriochloa ischaemum) 4. Sandbur (Cenchrus species) 5. Giant cane (Arundo donax) 6. Nutgrass/nutsedge (Cyperus rotundus, Cyperus esculentus) 7. Invasive Forbs or other plants listed under State of Texas RULE § 19.300 Noxious and Invasive Plant List httns://texre2.sos.state.tx.us/fids/200701978-1.html 8. Species listed in the City of Fort Worth Park & Recreation Department Weed List. CITY OF FORT WORTH RaceTrae Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 4 of 8 c. Temporary Erosion Control Seed Consists of the sowing Elbon rye (Secale cereale) Temporary Erosion Control Seed - Consist of the sowing of cool season plant seeds. Plant mix below must be included with native seed mix between November 1 through March 1. Common Name Botanical Name Lbs./Acre Lbs./Acre broadcast drilled seed method method 1) Elbon Rye Secale cereale 100-120 80-100 2. Topsoil: See Section 32 91 19. a. Retain and stockpile clean native soil in area indicated in the Drawings; reapply before seeding; should not contain non-native invasive species or their rootstock (Johnsongrass, Bermudagrass, arundo). If existing topsoil contains 30 percent non-native invasive species, dispose of soil through approved method and import clean, healthy soil. 3. Water: Clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. B. Equipment 1. No -till drill or Brillion seeder or other approved seeding machine adapted for native seed 2. Hand broadcast and raked in by hand or with a tractor -drawn harrow 2.3 ACCESSORIES 1. Soil Retention Blanket a. Biodegradable Erosion Control Blanket made from natural fibers including coconut, straw, or wood fiber. b. As specified for sloped areas or as directed in Drawings. 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS A. All trucks or devices used to distribute native grass and wildflower seed to be cleaned prior to distribution and free of any seed identified in section 2.2 A.1.a.2. 3.2 EXAMINATION A. Examination of grading by City prior to installation of seed. 3.3 PREPARATION (SEE NON-NATIVE SEEDING 32 92 14 PART 3.3) 3.4 INSTALLATION A. Seeding 1. General a. Seed only those areas indicated in the Drawing. b. Mark each area to be seeded in the field prior to seeding for City approval. CITY OF FORT WORTH RaceTrae Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 5 of 8 c. Cover crops: placing of annual non-invasive cover or nursery seed - Elbon rye (Secale cereale) 2. Broadcast Seeding a. After soil preparation, broadcast seed in 2 directions at right angles to each other at application rate provided by supplier or as directed. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1-inch. 2) Remove grass clippings so seed can make contact with soil. 3. Mechanically Seeding (Drilling): a. All varieties of seed may be distributed at the same time provided that each component is uniformly applied at the specified rate as per Drawings. b. Uniformly distribute seed over the areas shown in the Drawings or as directed. c. Seed in 2 directions at right angles to each other at application rate provided by supplier or as directed. d. Drill seed at a depth of 1/4 inch utilizing a no -till, pasture or rangeland type drill. e. Drill on the contour of slopes. f. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. g. Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. 2) Mixture forms a blotter like ground cover impregnated uniformly with native seed. 3) Mixture is applied within 30 minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown in Drawings or as directed. 5. Straw Mulch or Hay Mulch: a. If directed as shown in Drawings, straw mulch shall be oat, wheat, rice straw, or native prairie grass hay. b. Native prairie hay origin site shall be pre -approved by City. c. The straw mulch or hay mulch shall be free of Johnsongrass or other noxious weeds and foreign materials. d. It shall be kept in a dry condition and shall not be molded or rotted. e. Mulch shall be spread uniformly over the area indicated in the Drawings at the rate of approximately 1.5 to 2.0 tons of hay mulch or 2.0 to 2.5 tons of straw mulch per acre. 6. Fertilizing: If directed as shown in Drawings, uniformly apply fertilizer over seeded area. Provide organic fertilizer. Use fertilizer at a rate of no more than 0.05 pounds Nitrogen per 1,000 square foot. 7. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand as defined in 3.13.13. CITY OF FORT WORTH RaceTrae Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 6 of 8 b. Water soil lightly to a minimum depth of 4-inches within 48 hours of seeding. c. Water lightly and frequently to prevent topsoil from drying out. Increase water per application for soil soaking depths for development of healthy root system. d. When wildflower seedlings are 1-inch tall or grass seedlings have 3 to 5 blades; reduce frequency of watering to 2 to 3 times a week. e. Alternate soil moisture from deep soakings to moderately dry between waterings. f. As plants become established, reduce watering to once a week. g. Monitor rainfall and adjust watering schedule if it rains. h. Watering may be postponed immediately after a half -inch inch or greater rainfall on the site, but shall be resumed before the soil dries out. i. Supplemental watering may be discontinued once plants establish and seasonal rain resumes. j. Monitor soil conditions, water once a week if soil conditions dry out again before Final Acceptance. k. Water as needed until Final acceptance. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Seeding 1. Water, as specified, until completion and Final acceptance of the Project. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed. b. Vegetation is free from bare areas. c. Vegetation is free of invasive weeds. d. Weed management (pesticide application or mechanical removal) so than 90 percent of the seeded area is free of weeds identified in section 2.2 A. La.2 e. Mow perimeter as shown in Drawings. 3. Grasses and Wildflowers will be accepted once fully established. a. Seeded area must have 80 percent growth to a minimum height of 3-inches. 1) Do not mow new wildflower growth. 2) Do not mow native grasses, unless directed to do so by the City or as shown in Drawings. 1. Do not mow native grasses shorter than 8-inches. b. Ground surface to be smooth and free of foreign material and rocks or soil clods 1-inch diameter or greater. c. Litter is removed from site. CITY OF FORT WORTH RaceTrae Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 7 of 8 B. Rejection 1. City may reject seeded area based on the following items, but not limited to: a. Invasive, non-native weed populations b. Poor installation c. Erosion d. Lack of coverage: less than 80 percent e. Insufficient or over -watering f. Seeds not permitted (as identified in section 2.2 A. l .a.2). 3.14 ATTACHMENTS Table 1: Weed List for Native Wildflower and Grass Seeding This list is a combination of non-native invasive and invasive -behaving native species that should not be present in projects. *denotes native species **denotes non-native species that is used in turf establishment. Weed Type Botanical Name Common Name Herbaceous Ambrosia species* Ragweed Herbaceous Centaurea melitensis Maltese star -thistle Herbaceous Rapistrum rugosum Bastard cabbage Herbaceous Scabiosa atropurpurea Sweet scabious Herbaceous Verbena brasiliensis Brazilian vervain Grass (perennial) Arundo donax Giant cane Grass (perennial) Bothriochloa ischaemum King Ranch Bluestem Grass (perennial) Cynodon dactylon** Bermudagrass Grass (perennial) Phyllostachys aurea Golden bamboo Grass (perennial) Sorghum halpense Johnsongrass Grass (annual) Bromus species Bromus Grass (annual) Cenchrus species Sandbur Grass -allies Cyperus rotundus*, Cyperus Nutgrass/nutsedge esculentus* Shrub/Tree Ligustrum species Privet Shrub Nandina domestica Nandina Tree Ailanthus altissima Tree of heaven Tree Melia azedarach Chinaberry Tree Triadica sebifera Chinese tallow Tree Vachelliafarnesiana* Huisache Vine Lonicera_japonica Japanese honeysuckle Vine Pueraria montana Kudzu CITY OF FORT WORTH RaceTrae Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised October 6, 2023 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING Page 8 of 8 Table 2: Native Wildflower and Grass Seeding List Percentages and planting rate (pounds per pure live seed) are dependent upon seed mix, soils, site conditions. The seeds below are selected as general seeds that could be included in a broad range of conditions, and project specifics. Native Wildflowers Type Botanical Name Common Name Perennial Asclepias asperula Antelope horn Perennial Asclepias viridis Green milkweed Perennial Callirhoe involucrata Winecup Perennial Dalea purpurea Purple prairie clover Perennial Desmanthus illinoensis Illinois bundleflower Perennial Engelmannia peristenia Engelmann daisy Perennial Glandularia bipinnatifida Prairie verbena Perennial Liatris punctata Gayfeather Perennial Oenothera speciosa Pink evening primrose Perennial Phlox pilosa Prairie phlox Perennial Ratibida columnifera Upright prairie coneflower Perennial Salvia farinacea Mealy blue sage i Annual r Centaurea americana American basketflower Annual Chamaecrista. fasciculata Partridge pea Annual Gaillardia pulchella Indian blanket Annual Lupinus texensis Texas bluebonnet Annual Monarda citriodora Lemon mint Annual Rudbeckia hirta Black-eyed Susan Annual Thelesperma filifolium Greenthread Perennial Perennial Perennial Perennial Perennial Perennial Perennial Perennial Perennial Type DATE Native Grasses Botanical Name Bouteloua curtipendula Bouteloua gracilis Bouteloua hirsuta Buchloe dactyloides Eragrostis trichodes Leptochloa dubia Schizachyrium scoparium Sorghastrum nutans Sporobolus cryptandrus END OF SECTION Common Name Sideoats grama Blue grama Hairy grama Buffalograss Sand lovegrass Green sprangletop Little bluestem Indiangrass Sand dropseed Revision Log SUMMARY OF CHANGE Soil Type bold = optimal soil Clay, Sand Clay, Sand Clay, Sand Clay Clay, Sand Clay, Sand Clay, Sand Clay, Sand Clay, Sand Sand Clay Clay, Sand Clay, Sand Clay, Sand Clay, Sand Clay, Sand Clay, Sand Clay, Sand Clay, Sand Soil Type bold = optimal soil Clay, Sand Clay, Sand Clay, Sand Clay Sand Clay, Sand Clay Clay, Sand Sand CITY OF FORT WORTH RaceTrae Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised October 6, 2023 SECTION 32 93 43 TREES AND SHRUBS PART1- GENERAL 1.1 SUMMARY 329343-1 TREES AND SHRUBS Page 1 of 8 A. Section Includes: 1. Tree and shrub planting and maintenance within street right-of-way and easements. 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 10 00 — Site Clearing 4. Section 32 92 13 - Hydromulching, Seeding and Sodding 5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Plant Tree a. Measurement 1) Measurement for this Item shall be per each by caliper inch. 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 tree to be Planted by caliper inch. c. The price bid shall include: 1) Furnishing and installing trees 2) Hauling 3) Grading and backfilling 4) Excavation 5) Fertilization 6) Water 7) Removing and disposing of surplus material 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American National Standards Institute (ANSI): a. ANSI Z60.1, American Standard for Nursery Stock 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing Co., New York. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 32 93 43 - 2 TREES AND SHRUBS Page 2 of 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Tree data: Submit certification from supplier that each type of tree conforms to specification requirements. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Coordination 1. Coordinate with City Forester prior to beginning construction activities adjacent to or that will impact existing trees and shrubs. B. Qualifications 1. Landscaper specialized in landscape and planting work C. Substitutions 1. Not permitted unless approved by City when specified planting material is not obtainable a. Submit proof of non -availability together with proposal for use of equivalent material. b. Substitutions of larger size or better grade than specified will be allowed upon approval by City Forester, but with no increase in unit price. 1.10 DELIVERY, STORAGE, AND HANDLING A. Do not remove container grown stock from containers before time of planting. B. Delivery and Acceptance Requirements 1. Ship trees with Certificates of Inspection as required by governing authorities. 2. Label each tree and shrub with securely attached waterproof tag bearing legible designation of botanical and common name. 3. Use protective covering during delivery. 4. Deliver packaged materials in fully labeled original containers showing weight, analysis and name of manufacturer. C. Storage and Handling Requirements 1. Protect materials from deterioration during delivery, and while stored at Site. 2. Do not prune prior to installation. 3. Do not bend or bind -tie trees or shrubs in such manner as to damage bark, break branches, or destroy natural shape. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Warranty Period: 12 months after job acceptance B. Warrant trees against defects including: 1. Death CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 329343-3 TREES AND SHRUBS Page 3 of 8 2. Unsatisfactory growth 3. Loss of shape due to improper pruning, maintenance, or weather conditions C. Plumb leaning trees during warranty period. D. Remove and replace trees found to be dead during warranty period. E. Remove and replace trees which are in doubtful condition at end of warranty period, or when approved by City, extend warranty period for trees for full growing season. PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS 1. General a. Plants shall be true to species and variety specified, grown under climatic conditions similar to those in the locality of the project for at least 2 years and have been freshly dug during the most recent favorable harvest season. b. All plant names and descriptions are as defined in Hortus Third. c. All plants are to be grown and harvested in accordance with the American Standard for Nursery Stock. d. Unless approved by the City Forester, plants shall have been grown in a latitude not more than 200 miles north or south of the latitude of the project unless the provenance of the plant can be documented to be compatible with the latitude and cold hardiness zone of the planting location. 2. Trees a. Provide container grown trees which are straight and symmetrical and have persistently preferred main leader. b. Mark the tree's north orientation in the nursery for all deciduous trees grown in the field with a 1-inch diameter spot of white paint on the tree trunk within the bottom twelve inches of the trunk. c. Crown shall be in good overall proportion to entire height of tree with branching configuration as recommended by ANSI Z60.1 for type and species specified. d. Trees designated as balled and burlapped (B&B) shall be properly dug with firm, natural balls of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the American Standard for Nursery Stock. Balls shall be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface of ball. Trees with loose, broken, processed, or manufactured root balls will not be accepted, except with special written approval before planting. e. Where clump is specified, furnish plant having minimum of three stems originating from common base at ground line. £ Measure trees by average caliper of trunk as follows: 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunks more than 4 inches, measure caliper 12 inches above top of root ball. 3) Caliper measurements a) By diameter tape measure CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 32 93 43 - 4 TREES AND SHRUBS Page 4 of 8 b) Indicated calipers on Drawings are minimum c) Averaging of plant caliber: not permitted g. Trees shall conform to following requirements: 1) Healthy 2) Vigorous stock 3) Grown in recognized nursery 4) Free of: a) Disease b) Insects c) Eggs d) Larvae e) Defects such as: (1) Knots (2) Sun -scald (3) Injuries (4) Abrasions (5) Disfigurement (6) Borers and infestations 3. Soil Products a. Topsoil: See 32 91 19. b. Peat moss, mulch and fertilizer: Use material recommended by City Forester for establishment of healthy stock after replanting. 4. Stakes and Guys a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. b. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. 5. Tree Wrap, Twine and Seal a. Wrap 1) First quality 2) Bituminous impregnated tape 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and having qualities to resist insect infestation b. Twine 1) Lightly tarred, medium -coarse sisal (lath) yarn 2) Do not use nails or staples to fasten wrapping c. Seal: Commercially available tree wound dressing specifically produced for use in sealing tree cuts and wounds 6. Water: clean and free of industrial wastes or other substances harmful to the growth of the tree 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Notify City, prior to installation, of location where trees that have been selected for planting may be inspected. B. Plant material will be inspected for compliance with following requirements. Genus, species, variety, size and quality CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 32 93 43 - 5 TREES AND SHRUBS Page 5 of 8 2. Size and condition of balls and root systems, insects, injuries and latent defects PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Schedule work so that planting can proceed rapidly as portions of site become available. 2. Plant trees after final grades are established and prior to seeding or sodding. 3. When planting of trees occurs after seeding work, protect seeded areas and promptly repair damage to seeded areas resulting from tree planting operations in compliance with requirements of Section 32 92 13. 4. Layout individual trees at locations shown on Drawings. 5. In case of conflicts, notify City before proceeding with work. 6. Stake trees for City approval. B. Preparation of Planting Soil 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. 2. Strip and utilize 4 inch layer of top soil from existing ground. 3. Delay mixing of fertilizer when planting will not follow placing of planting soil within 48 hours. 4. Incorporate amendments into soil as part of soil preparation process prior to fine grading, fertilizing, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until amendments are pulverized and have become homogeneous layer of topsoil ready for planting. 3.4 INSTALLATION A. Planting 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. 2. Provide following minimum widths: a. 15 gallon containers or larger, 2 feet wider than diameter of root ball b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 3. When conditions detrimental to plant growth are encountered, such as unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before planting. 4. Deliver trees after preparations for planting have been completed and plant immediately. 5. When planting is delayed more than 6 hours after delivery a. Set trees and shrubs in shade. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 329343-6 TREES AND SHRUBS Page 6 of 8 b. Protect from weather and mechanical damage. c. Keep roots moist by covering with mulch, burlap, or other acceptable means of retaining moisture, and water as needed. 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull roots out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. 8. Cut ropes or strings from the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baskets from around top half of balls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 10. Place plants at level that, after settlement, natural relationship of plant crown with ground surface will be established. 11. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. 12. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. 13. Repeat watering until no more water is absorbed. 14. Dish top of backfill to allow for mulching. 15. Mulch pits, trenches and planted areas. a. All trees, shrubs and other plantings will be mulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mulch must not be placed within 3 inches of the trunks of trees and shrubs. 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level with adjacent finish grades. 17. Cover entire root ball. 18. Prune a. Plants shall not be heavily pruned at the time of planting. Pruning is required at planting to correct defects in the tree structure, including removal of injured branches, double leaders, watersprouts, suckers, and interfering branches. Healthy lower branches and interior small twigs should not be removed except as necessary to clear walks and roads. In no case should more than 1/4 of the branching structure be removed. Retain the normal shape of the plant. b. All pruning shall be completed using clean sharp tools. All cuts shall be clean and smooth, with the bark intact with no rough edges or tears. c. Except in circumstances dictated by the needs of specific pruning practices, tree paint shall not be used. The use of tree paint shall be only upon approval of the City Forester. Tree paint, when required, shall be paint specifically formulated and manufactured for horticultural use. 19. Prune trees to retain required height and spread. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 329343-7 TREES AND SHRUBS Page 7 of 8 20. Do not cut tree leaders, and remove only injured and dead branches from flowering trees. 21. Remove and replace excessively pruned or misformed stock resulting from improper pruning. 22. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. 23. Guy and stake trees immediately after planting. B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during dormant growth season. 2. Provide tree spade of adequate size as directed by City Forester. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. City may reject unsatisfactory or defective material at anytime during progress of work. B. Remove rejected trees immediately from site and replace with specified materials. C. Plant material not installed in accordance with these Specifications will be rejected. D. An inspection to determine final acceptance will be conducted by City at end of 12 month maintenance period. E. Warranty periods provided for in paragraph 1.12A. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. During planting work, keep pavements clean and work area in orderly condition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On -site burning of combustible cleared materials shall not be permitted. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect planting work and materials from damage due to planting operations. B. Maintain protection during installation and maintenance period. C. Treat, repair, or replace damaged planting work. 3.13 MAINTENANCE A. Maintenance Period shall be 12 months after final acceptance. B. During the maintenance period if a work schedule and frequency are not shown on the Drawings, perform the minimum requirements shown below: 1. Water trees to full depth a minimum of once each week or as required to maintain healthy, vigorous growth. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 329343-8 TREES AND SHRUBS Page 8 of 8 2. Prune, cultivate, and weed as required for healthy growth. 3. Restore planting saucers. 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper grades or vertical position as required. 5. Restore or replace damaged wrappings. 6. Spray as required to keep trees and shrubs free of insects and disease. 7. Contractor shall replace any plant that does not survive. It shall be replaced as soon as it is determined no longer alive. Contractor is to maintain new plants as described above until growth is established and maintenance period expires unless waived by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Payment Items removed for tree removal and transplantation; these Items are to be performed in accordance with Section 31 10 00. 12/20/2012 D. Johnson 3.13.A — modified maintenance period to begin 12 months after final acceptance 3.13.13— Modified maintenance period requirements CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 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 01 30 -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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 7, 2018 33 01 30 -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. Certific ations 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 7, 2018 33 01 30 - 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 EXANUNATION [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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 7, 2018 33 01 30 -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 I provides required time for given lengths of pipe for sizes 4-inch 23 through 60-inch based on the equation above. 24 25 UNI-B-6, Table 1 26 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe 27 indic ated for q = 0. 00 15 28 29 Specification Tune for Length (L) Shown fmmsec) 1 2 3 4 Minimum Pipe Length for Time for Diameter Tim(min Mumunum Longer 100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft see)' �' Time (ft) Length (sec) 4 3.46 597 .380 L 3:46 3.46 3.46 3.46 3.46 346 3.46 3.46 6 5.40 398 .854 L 5:40 5:40 5:40 5.40 5:40 5.40 5:42 6:24 8 734 298 1.520 L 734 7:34 7:34 7:34 7:36 8:52 10:08 1124 10 926 239 2.374 L 926 926 9:26 9:53 11:52 13:51 15.49 17:48 12 1120 199 3.418 L 1120 1120 1124 14:15 17:05 19:56 22.47 25:38.00 15 14:10 159 5.342 L 14:10 14:10 17:48 22:15 26:42:00 31:09:00 3536:00 40:04.00 18 17:00 133 7.692 L 17:00 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 694800 78:31.00 24 22.40 99 13.674 L 22.47 34:11:00 45:34.00 56:58:00 6822:00 79.46:00 91:10:00 102:33:00 27 25:30:00 88 17.306 L 28:5100 43.1600 57:41:00 72:07:00 86:32:00 100:57:00 11522:00 129:48:00 30 28:20:00 80 21.366 L 35:37.00 5325:00 71:13.00 89:02:00 106:50:00 124:38:00 14226:00 160:15:00 33 31:10:00 72 25.852 L 4305,00 6438:00 86:10.00 107:4100 129:16.00 1504300 1722100 193:53:00 36 34:00:00 66 30.768 L 5117,00 76:55:00 10234,00 1281200 15350,00 179:29:00 20507:00 230:4600 42 39:48:00 57 41.8831, 69:48:00 104:4200 139:37:00 17430:00 20924:00 244:19:00 279:1300 314:0700 48 45:34:00 50 54.705 L 91:10.00 136.45:00 18221.00 2275500 2733100 319:06:00 _ 364.42.00 410:17:00 54 51:02:00 44 69.236 L _ 115:24:00 17305:00 230:47:00 _ 28829:00 3461100 4035300 46134:00 519:16.00 60 56:40:00 40 85.476 L 142:28:00 2134100 284:55:00 35609:00 42723:00 498:37:00 569:50:00 641:04:00 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 7, 2018 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 01 30 - 5 SEWER AND MANHOLE TESTING Page 5 of 7 6. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. B. Low pressure joint air test (27 Inch or larger pipe) 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM C1103 as follows: 2. Equipment shall be the product of manufacturers having more than five years of regular production of successful joint testers. Joint tester shallbe as manufactured by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 3. Follow equipment manufacturer's recommendations when performing tests; only experienced technicians shall perform tests. 4. The testing equipment shall be assembled and positioned over the center of the pipe joint and the end element tubes inflated to a maximum of 25 psi. 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to testing. 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the pressure from 3.5 psig to 2.5 psig. 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig is greater than 10 seconds. C. Deflection (mandrel) test (Pipe) 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 D. Vacuum test (Manhole) 1. Test manhole prior to coating with epoxy or other material. 2. Draw a vacuum of 10 inches of mercury and turnoff the pump. 3. With the valve closed, read the level vacuum level after the required test time. 4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 7, 2018 RaceTrac Risinger City Project No. 105656 33 01 30 - 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 7, 2018 33 01 30 - 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. 3.4.A Include UNI-B-6, Table 1 for low pressure air test 4.4.13 Include individual joint testing requirements CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 7, 2018 33 0131 -1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION— SANITARY SEWER Page 1 of 10 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION — SANITARY SEWER 3 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 specific, 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 33 0131 -2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION— SANITARY SEWER Page 2 of 10 B. Post -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Post -CCTV Inspection". 1) Contractor will only be paid for video that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file C. Final -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Final -CCTV Inspection". 1) Contractor will only be paid for video that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital isle 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 RaceTrac Risinger City Project No. 105656 33 0131 -3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION— SANITARY SEWER Page 3of10 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 Spec ific ation, unles s a date is spec ific ally c ited. 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 3300. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 0131 -4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION— SANITARY SEWER Page 4 of 10 1 B. All CCTV submittals shall be submitted to the City Inspector to be uploaded to 2 common location for review and comment by Water Operations and Inspections. 3 Alternatively, the Inspector can provide Contractor access to upload directly to common 4 location. Inspection and Water Operations staff shall be notified when CCTV upload is 5 completed. 6 C. If inspected with Infrastructure Technologies IT Pipes Software per CCTV Manual 7 provide video data per the CCTV Manual. Provide additional copy of video in video 8 file MP4 with H.264 code — Advanced Video Coding and compression standard. 9 D. If inspected with other software provide video data in video file MP4 with H.264 code — 10 Advanced Video Coding and compression standard. 11 E. Inspection Report shall include: 12 1. Asset 13 a. Date of Inspection 14 b. City 15 c. Project Name (Address accepted if project name does not exist) 16 d. Main Number — as shown on drawings or GIS ID (If Available) 17 e. Upstream Manhole Station — as shown on drawings or GIS ID (If Available) 18 f. Downstream Manhole Station — as shown on drawings or GIS ID (If Available) 19 g. Pipe Diameter 20 h. Material 21 i. Pipe Length 22 j. Mapsco Location Number 23 k. Date Constructed 24 1. Pipe Wall Thickness 25 in. Grade percentage 26 n. Inspector Name 27 2. Inspection 28 a. Inspection Number (i.e. 1st, 2" d,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 in. 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 0131 -5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION— SANITARY SEWER Page 5 of 10 1 b. City Name 2 c. City Project number 3 d. Project name 4 e. Main number 5 f. Upstream SS Manhole (or Plug) station 6 g. Downstream SS Manhole station 7 h. Diameter 8 i. Grade/Slope 9 j. Material 10 k. Length 11 1. Contractor 12 m. Inspectors name 13 n. Travel direction 14 o. Date Construction 15 1.6 INFORMATIONAL SUBMITTALS 16 A. Pre- and Post CCTV submittals 17 1. CCTV video results shall be submitted to City that can be uploaded to shared 18 common location by the inspection staff, upon confirmation that the submittal is 19 complete (partial submissions are not accepted, except in special situations that 20 are approved by the Water Department). For pre -CCTV submittals, approval of 21 the submittal shall be provided by the Project Manager prior to construction 22 start when connecting to existing sewer. 23 2. Alternatively, the Inspector can provide Contractor access to upload directly to 24 common location. Inspection and Water Operations staff shall be notified when 25 CCTV upload is completed in order to confirm submittal is complete. Inspection 26 Report (separate report file for each individual shall be submitted to Inspector or 27 directly uploaded to shared common location. 28 B. Additional information that may be requested by the City 29 1. Listing of cleaning equipment and procedures 30 2. Listing of flow diversion procedures if required 31 3. Listing of CCTV equipment 32 4. Listing of backup and standby equipment 33 5. Listing of safety precautions and traffic control measures 34 1.7 CLOSEOUT SUBMITTALS 35 A. Final CCTV shall not be completed until all manholes and surface covers are set to final 36 grade. All as built changes to plan and profile drawings (redlines), are required to be 37 reflected on the final CCTV inspection information. Final CCTV shall not be 38 completed until all as built corrections have been made. 39 1. Final -CCTV submittals CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 0131 -6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION— SANITARY SEWER Page 6 of 10 1 a. CCTV video results shall be submitted to City that can be uploaded to shared 2 common location by the inspection staff, upon confirmation that the submittal 3 is complete (partial submissions are not accepted, except in special situations 4 that are approved by the Water Department). Alternatively, the Inspector can 5 provide Contractor access to upload directly to common location. Inspection 6 and Water Operations staff shall be notified when CCTV upload is completed 7 in order to confirm submittal is complete. Sanitary sewer video file(s) in MP4 8 with H.264 code Advanced Video Coding and compression standard 9 b. City Project Number displayed within text of sanitary sewer video. 10 c. Construction Plans identifying the line segments that were videoed. Include 11 cover sheet, 1 digital copy of the redlines (Contractor to upload into Accela or 12 BIM 360), overall line layout sheet(s), and plan and profile sheet(s). 13 1) One (1) 11"X 17" copy 14 d. Sanitary sewer line segment from drawings match line segments on Inspection 15 Report. Recommend some minimum guidance for standardization of line 16 segment submittals, to include proper identification of Project: name, CPN, line 17 identification and stations, as well as format (e.g. PDF?) and minimum 18 annotations required to explain deviations from policies as specified in this 19 document, or any anomalies that are considered within tolerance. 20 e. Inspection Report (separate report file for each individual shall be submitted to 21 Inspector or directly uploaded to shared common location. 22 f. Allow two (2) weeks to review before requesting final inspection. After review 23 by the City Inspector and Water Field Operations, if applicable a combined set 24 of punch list items will be submitted to the Contractor for correction. 25 g. 26 1.8 J. CCTV SPEADSHEET 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 shallbe 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 0131 -7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION— SANITARY SEWER Page 7 of 10 1 b. The radial view camera must be solid state color and have remote control of the 2 rotational lens. The camera shall be capable of viewing the complete 3 circumference of the pipe and manhole structure, including the cone -section or 4 corbel. The camera lens shall be an auto -iris type with remote controlled 5 manual override. 6 2. Video Capture System 7 a. The video and audio recordings of the sewer inspections shall be made using 8 digital video equipment. Avideo enhancer maybe used in conjunction with, 9 but not in lieu of, the required equipment. The digital recording equipment shall 10 capture sewer inspection on USB drive, with each sewer segment (from 11 upstream manhole to downstream manhole) inspection recorded as an individual 12 file in MP4 with H.264 code format. 13 14 b. The system shall be capable of printing pipeline inspection reports with 15 captured images of defects or other related significant visual information on a 16 standard color printer. 17 c. The system shall store digitized color picture images and be saved in digital 18 format on a USB drive. 19 d. The system shall be able to produce data reports to include, at a minimum, all 20 observation points and pertinent data. All data reports shall match the defect 21 severity codes outlined in the City's CCTV manual (electronic copy available 22 on Water Department's website — 23 http://fortworthtexas.aov/water/wastewater/CCTV Manual. 24 25 e. Camera footage, date & manhole numbers shallbe 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 EXAARNATION [NOT USED] 31 3.3 PREPARATION 32 A. General 33 1. Prior to inspection obtain pipe and manhole asset identification numbers from 34 the plans or City to be used during inspections. Inspections performed using 35 identification numbers other than the line number (or existing sanitary sewer 36 main/lateral) and station numbers from plans or from assigned numbers from the 37 City will not be accepted. 38 2. CCTV Inspection shall not commence until the sewer section to be televised has 39 been completely cleaned in conformance with Section 33 04 50. 40 3. CCTV Inspection shall not commence until the sewer section to be televised 41 has been completely cleaned in conformance with Section 33 04 50. (Sewer 42 system should be connected to existing sewer system and should be active) 43 4. A final CCTV Inspection of newly installed sewers (not yet in service) shall not 44 commence until completion of the following items: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 0131 -8 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION— SANITARY SEWER Page 8 of 10 1 a. Manhole final grade is set (after street paving, under Final CCTV, Final 2 Manhole CCTV) 3 b. Manhole lining is complete (after street paving, under Final CCTV, Final 4 Manhole CCTV) 5 c. Sewer main is cleaned 6 d. Sewer air test is complete 7 e. Vacuum test of manholes 8 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 defect or infiltration location 25 as specified in the CCTV Manual. 26 5. Service connections, Pan the Camera to get a complete overview of service 27 connection including zooming into service connection Include location (i.e. 1 28 o'clock, etc...) See photos 17 thru 23 for examples 29 6. Joint defects, Include comment on condition, signs of damage, etc... Note 30 offset and/or separation at a joint. Includes joints where one pipe is not 31 correctly aligned with the connecting section of pipe causing a lip that could 32 impede flow or a section of pipe that is aligned but has pulled apart horizontally 33 and may not connect to the other section of pipe. See Photos 24 thru 29, 35, 36 34 for examples 35 7. Notate visible pipe defects such as cracks, broken or deformed pipe, holes, 36 offset joints, obstructions, sags or debris (show as % of pipe diameter). If debris 37 has been found in the pipe during the post or final -CCTV inspection, additional 38 cleaning is required, and pipe shall be re -televised. See Photos 1 thru 12 for 39 examples 40 8. Notate Infiltration/Inflow locations. See Photos 13, 20 for examples 41 9. Notate Pipe material transitions. See Photos 30 for example CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 0131 -9 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION— SANITARY SEWER Page 9 of 10 1 10. Notate other locations that do not appear to be typical for normal pipe 2 conditions. For example, locations could include conflicts between the replaced 3 main with other utilities (including paving and storm sewer), causing pipe 4 deflections, sags, etc. holding water. This could also include any damage to the 5 main and/or services after the main has been replaced. These locations could 6 occur between the Post -CCTV and Final -CCTV submittals. See Photos 31 thru 7 34 for examples 8 11. Note locations where camera is underwater and level as a % of pipe diameter. 9 Camera underwater — Point in which the camera lens is 100% submerged 10 underwater and/or 50% of the pipe's diameter. Camera emerged — Point in 11 which the camera lens has emerged from being underwater. Severity is 12 described in ranges by linear feet. This would include pipe deflections causing 13 a considerable increase (i.e. double or more) in the depth of flow in the pipe (to 14 at least between 1/3 to %2 of the pipe diameter). See attached example photos at 15 the end of this Specification showing the depth changes in % full of pipe. See 16 Photos 14 thru 16 for examples. 17 12. Provide accurate distance measurement. 18 a. The meter device is to be accurate to the nearest 1/10 foot. 19 13. CCTV recording segments are to be single continuous file item. 20 a. A single segment is defined from manhole to manhole. 21 b. Only single segment video's will be accepted and preferably include manhole 22 inspections (manhole to manhole). 23 c. Individual manhole inspection will require written justification, included under 24 the Final -CCTV bid item. 25 14. Pre -Installation Inspection for Sewer Mains to be rehabilitated 26 a. Perform Pre -CCTV inspection immediately after cleaning of the main and 27 before rehabilitation work. 28 1) No cleaning equipment in the main during CCTV. 29 2) Water shall be present (or flowing) while recording CCTV to confirm 30 system functionality. 31 b. If, during inspection, the CCTV will not pass through the entire section of main 32 due to blockage or pipe defect, set up so the inspection can be performed from 33 the opposite manhole. 34 c. City Project Manager (PM) shall review and may consult with Sewer Projects 35 Reporting and Operations (SPRO), and provide comments on identified defects. 36 Contractor shall present proposed repair method(s) for approval by the City 37 PM, before proceeding with construction. 38 d. Provisions for repairing or replacing the impassable location are addressed in 39 Section 33 3120, Section 33 3121, Section 33 3122 and Section 33 3123. 40 15. Post -and Final Installation Inspection 41 a. Prior to inserting the camera, flush and clean the main in accordance to Section 42 33 04 50. Water should be present/flowing during the recording operation, to 43 demonstrate the functioning of the installed system. 44 16. Documentation of CCTV Inspection 45 a. Sanitary Sewer Lines 46 1) Follow the CCTV Manual (CCTV standard manual supplied by City upon 47 request) for the inspection video, data logging and reporting or Part 1.5 E of 48 this section. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 0131 -10 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION— SANITARY SEWER Page 10 of 10 1 D. Manhole 2 1. Final Manhole CCTV Inspection recording segments, will reveal condition of 3 manhole in its entirety, including corrosion protection if applicable. Camera 4 should pan the entire manhole while lowering to include complete view of 5 invert. This requirement applies to new manhole installations and rehabilitated 6 manholes after epoxy lining installed, if applicable. 7 2. Notate Infiltration/Inflow locations for Pre -construction CCTVrecordings. 8 3. Post -Installation CCTV Inspection is only done after all construction is 9 complete. 10 E. G=ewrplete ffiwihele iiistallati3xi b-Jr . 11 3.4 REPAIR / RESTORATION [NOT USED] 12 3.5 RE -INSTALLATION [NOT USED] 13 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.7 SYSTEM STARTUP [NOT USED] 15 3.8 ADJUSTING [NOT USED] 16 3.9 CLEANING 17 A. See Section 33 04 50. 18 3.10 CLOSEOUT ACTIVITIES [NOT USED] 19 3.11 PROTECTION [NOT USED] 20 3.12 MAINTENANCE [NOT USED] 21 3.13 ATTACHMENTS [NOT USED] 22 23 24 25 END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 12/20/2012 D. Johnson Various— Added requirements for coordination with T/PW for Storm Sewer CCTV 4/29/2021 J Kasavich Various — Alternative to CCT VManual, modified submittal detail requirements 3/11/2022 MOwen Removed referencedto storm drain CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 Photo 1 Flow Depth Acceptable 0. RaceTrac Risinger City Project No. 105656 Photo 2 Flow Level Acceptable RaceTrac Risinger City Project No. 105656 Photo 3 Flow Level Acceptable t� RaceTrac Risinger City Project No. 105656 Photo 4 Flow Level is elevated. RaceTrac Risinger City Project No. 105656 LIM r,. "1 "111 l 0 "1 7:51:42 AM JIM ft. Photo 5 Flow Elevated but below 1/3 capacity. No action required RaceTrac Risinger City Project No. 105656 .0 Photo 6 Flow above 30%. Potential Sag or debris. RaceTrac Risinger City Project No. 105656 Photo 7 Offset Joint Example RaceTrac Risinger City Project No. 105656 ;Wr �4 a t Photo 8 Flow appears to be stagnant possible sag. RaceTrac Risinger City Project No. 105656 Photo 9 Debris evident. Clean and Re -CCTV prior to submittal RaceTrac Risinger City Project No. 105656 1 r "711 SM019 8:28:36AI II '1 '1 .91i. Photo 10 Debris evident. Clean and Re -CCTV prior to submittal. RaceTrac Risinger City Project No. 105656 Photo 11 CCTV should not be submitted. Clean and Re -CCTV prior to submittal r3 RaceTrac Risinger City Project No. 105656 Photo 12 Survey was not completed. Take corrective action and Re -CCTV RaceTrac Risinger City Project No. 105656 Photo 13 Example of Potential Infiltration/Inflow location RaceTrac Risinger City Project No. 105656 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. RaceTrac Risinger City Project No. 105656 Photo 15 Camera submerged. Note beginning point of increase level and the end of the increased depth. Corrective action will be required RaceTrac Risinger City Project No. 105656 qk Photo 16 Camera submerged. Note beginning point of increase level and the end of the increased depth. Corrective action will be required RaceTrac Risinger City Project No. 105656 am Photo 17 Service Tap. Note the location and position of tap in relation to the sewer main. Repair required? RaceTrac Risinger City Project No. 105656 im k� Photo 18 CCTV should include view of service line. Retake CCTV Video? AV RaceTrac Risinger City Project No. 105656 Photo 19 Service tap holding water. Corrective action required. RaceTrac Risinger City Project No. 105656 Rosedale 5P 30Ic rN:UIbJb to 00 Photo 21 Proper Shot of Sewer Tap RaceTrac Risinger City Project No. 105656 Photo 22 Debris in service line. Corrective action required RaceTrac Risinger City Project No. 105656 Photo 23 Service tap at proper location. RaceTrac Risinger City Project No. 105656 6 + IV i-� nnrr•] irc* 4 + 1 =� x. ""M %PIPE SIZE: S ;S[D.- L3392 k .- . *.' PM LZ1 - 19-5 . 9i t 4 € r • .,,once. r � 41 e '` JUSMH.- 6+22 Photo 26 Damage to Liner. Repair is required. RaceTrac Risinger City Project No. 105656 Photo 27 Liner Damage. Repair required. RaceTrac Risinger City Project No. 105656 Photo 28 Damaged Liner. Damage to be repaired. RaceTrac Risinger City Project No. 105656 Photo 29 Liner Damaged. Damaged to be repaired. RaceTrac Risinger City Project No. 105656 Photo 30 Change of material. Note change on CCTV log. Repair required? RaceTrac Risinger City Project No. 105656 Photo 31 Beginning of potential impact from adjacent utilities Repair required? RaceTrac Risinger City Project No. 105656 Photo 32 Continuation of impact from adjacent utilities Repair required? RaceTrac Risinger City Project No. 105656 Photo 33 Continuation of impact from adjacent utilities Repair required? RaceTrac Risinger City Project No. 105656 Photo 34 End of impact for potential impact from adjacent utilities. Repair required? RaceTrac Risinger City Project No. 105656 Photo 35 Short Joint installed (not a closure piece) does not comply with specification Repair required? RaceTrac Risinger City Project No. 105656 Photo 36 Short piece installed with wye inserted does not comply with design RaceTrac Risinger City Project No. 105656 RaceTrac Risinger City Project No. 105656 F, m + L17 C) W-4 i �r J r>~ m Q I-- L1J ac CO J � ,P-01r/ �r •� .-W i*fitloo i 0 C\j CT) M k co I m J kit) sly I 00C CA- k � r •{ F 0 z f- w w a ar) CV � gm BCD C%3 4� l' i r7� T W rN a ►A K 00 4-J T CNJ COCIO s `tom � � +x'a �• + �.��. s � s ► ., a a +, � • • \r .. .dogqp— 41 • r c rl • ;■ i w•ir i C w +• Q 1. � • iY• • � i � r �fA � • • ��•r•�� • , = lye � y * Lo G. ++ Ile e. a a.r JLY1 •t �a V G • L Z i'3 i•t ' r 'w' w ynr . dL 41W go ■./ CM _ -S -- t u Kai r- 4J RaceTrac Risinger City Project No. 105656 Q OQ 49 m C) f z C> m Ln o:) CQ Q ui Lo CO E� rM+ W l • r � LL ;r.t`� j 1 ' V '• ` Ilrl 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of 8 SECTION 33 04 10 JOINT BONDING AND ELECTRICAL ISOLATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Joint bonding requirements for electrical continuity of: a. Concrete cylinder pipe b. Mortar coated steel pipe c. Dielectrically coated steel pipe d. Ductile iron pipe, as required on Drawings 2. Electrical isolation devices for installation at: a. Connections to existing piping b. Laterals c. Cased crossings d. Tunnels e. Selected below grade to above ground piping transitions 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 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. When a pay item for Cathodic Protection exists: a. Measurement 1) This Item is subsidiary to Cathodic Protection construction. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 2. When a pay item for Cathodic Protection does not exist: a. Measurement 1) Measurement for this Item is by lump sum. 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 lump sum price bid for "Joint Bonding and Electrical Isolation". 3. The price bid shall include: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 8 a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by the Drawings b. Mobilization c. Excavation d. Furnishing, placement, and compaction of backfill e. Field welding f. Connections g. Adjustments h. Testing i. Clean-up j. Start-up/Commissioning Ilk= 45113 W3;701►[01Oki 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). 3. American Water Works Association (AWWA): a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 4. NACE International (MACE). 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 and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Manufacturer's catalog cut sheets shall be submitted for each item. a. Include the manufacturer's name and provide sufficient information to show that the materials meet the requirements of the Contract Documents for: 1) Flange Isolation 2) Bonding Clips for Concrete Cylinder Pipe 3) Petrolatum tape 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly identify the item proposed. B. Test and Evaluation Reports 1. Record results for the Post -Installation Thermite Weld Inspection and submit to the City for approval prior to backfilling. 2. Record results for bonded joint testing and submit to City for approval prior to backfilling. 3. Record results for the continuity test for casing to carrier pipe and submit to the City for approval prior to backfilling. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 1.7 CLOSEOUT SUBMITTALS A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation shall be submitted to the City. B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project include, but are not limited to, the following: 1. Electrical continuity bonds 2. Flange isolation assemblies 3. Casing spacers 4. Casing end seals B. Electrical Continuity Bonds 1. Applications for Electrical Continuity Bonding include the following: a. Bonding across bolted joint assemblies b. Bonding across gasketed joint assemblies C. Flange Isolation 1. Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. 2. Gasket a. Isolating and seal gasket b. G-10 Epoxy Glass material c. Full face d. 1/8-inch thickness e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. f. NSF 61 certified g. A minimum of 800 volts/mil dielectric strength is required. h. Flange shall seal for the test pressure without leaking. 3. Sleeves a. Provide full length mylar sleeves. 4. Washers CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 a. Provide double G-10 washer sets. D. Casing Spacers 1. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation in accordance with Section 33 05 24. E. Casing End Seals 1. See Section 33 05 24 for casing end seals. 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. Preparation of Concrete Pipe for Bonding 1. General a. Fabrication 1) Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b. Acceptable Methods 1) Establish electrical continuity as indicated in the Contract Documents. 2. Criteria for Electric Continuity a. Tensile Wire 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. 2) Manufacturer is to report values obtained and method of measurement. b. Internal Pipe Joint Components 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity a. Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type pre -stressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. b. Use and install 2 continuous straps 180 degrees apart longitudinally along the pipe. 1) These straps must maintain electrical continuity between metallic components. c. Use steel straps made of mild steel and free of grease, mill scale or other high resistance deposits. d. Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 1) Connect fasteners so as to remain intact during pipe fabrication process. 4. Steel Cylinder Continuity a. Establish continuity of all joint components and steel cylinder. 1) These components include anchor socket brackets, anchor socket, spigot ring and bell ring. b. If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. B. Preparation of Steel Pipe for Bonding 1. Bonding wires are not required for welded steel pipe. 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint as shown on the Drawings. C. Preparation of Ductile Iron Pipe for Bonding 1. Install insulated bond wires as shown on the Drawings. D. Electrical Bond Wires Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded, copper cable with THHN insulation. 2. Remove 1 inch of THHN insulation from each end of the bond wire. 3. Thermite weld the bond wires to the pipeline. 4. Provide the minimum number of bond wires as shown on Drawings for steel or ductile iron pipe. E. Electrical Bond Clip 1. Weld 3 ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed joints. 2. Manufacture clips to maintain continuity regardless of small deflections of finished joints. 3.4 INSTALLATION A. Installation of Electrical Continuity Bonds by Thermite Welding Inspection a. Use continuous bond wires with no cuts or tears in the insulation covering the conductor. 2. General a. Attach bond wires at required locations by thermite welding process. Thermite Welding Methods a. Perform thermite welding of bond wires to piping in the following manner: 1) Clean and dry pipe to which the wires are to be attached. 2) Use grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a) Grind surface to bright metal. 3) Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe exposing clean, oxide -free copper for welding. 4) Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 5) Place metal disk in bottom of mold. 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge tc spread ignition powder over charge. 7) Close mold cover and ignite starting powder with flint gun. 8) After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. 9) Pull on wire or strap to assure a secure connection. 10) If weld is not secure or the bond breaks, repeat procedure with new wire. 11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. 4. Post -Installation Thermite Weld Inspection a. Contractor is responsible for all testing. b. All testing is to be performed by or under the supervision of certified NACE personnel. c. Visually examine each thermite weld connection for strength and suitable coating prior to backfilling. d. Measure resistance through selected bonded joints with a digital low resistance ohmmeter (DLRO). 1) Resistance of 0.001 ohms or less is acceptable. 2) If the above procedure indicates a poor quality bond connection, reinstall the bond. 3) Record results and submit to the City for approval prior to backfilling. 5. Backfilling of Bonded Joints a. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. b. Use appropriate backfill material to completely cover the electrical bond. c. Provide protection so that future construction activities in the area will not destroy the bonded connections. d. If construction activity damages a bonded connection, install new bond wire. B. Installation of Pipeline Flange Isolation Devices 1. Placement a. Install isolation joints at the locations shown on the Drawings. 2. Assembly a. Place gasket, sleeves and washers as recommended by the manufacturer. b. Follow manufacturer's recommendations for even tightening to proper torque. 3. Testing a. Immediately after an electrical isolation fitting has been installed, contact the City to perform testing for electrical isolation effectiveness. 4. Painting a. Do not use metal base paints on electrical isolation devices. 5. Encapsulation a. Encapsulate below -grade isolation joints with the Denso Densyl Tape system after the isolation joint has been tested for effectiveness. C. Installation of Casing Spacers 1. Casing spacers shall be installed in accordance with Section 33 05 24. D. Installation of End Seals CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 1. End seals shall be installed in accordance with Section 33 05 24. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing of Joint Continuity Bonds and Isolation Joints 1. After the completion of the continuity bonding of individual joints, but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe -to -soil potential on the section of pipe that is in the test current circuit. 3. The pipe -to -soil potential shall be measured on each side of the isolation joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off. 4. A joint is considered electrically continuous if the "on" and "off potentials are the same on either side of the joint under test. 5. This same procedure shall be used to test individual isolation joints except that the joint is considered effective if the pipe -to -soil potential is not the same when measured on each side of the joint when the test current is "on". 6. Record results and submit in accordance with this Specification. B. Casing to Carrier Pipe Isolation Tests 1. Immediately after the pipe has been installed in the casing, but prior to connecting the line, make pipe available for testing and contact the City to perform an electrical continuity test to determine that the casing is electrically isolated from the pipeline. 2. The continuity test shall be fully documented and approved by the City prior to backfilling. 3. Record results and submit in accordance with this Specification. 4. If the electrical isolation between carrier pipe and casing is not effective, the cause shall be immediately investigated and the situation remedied. 5. Under no circumstances shall a shorted casing be backfilled. 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0 - Modified material specifications for gaskets, sleeves and washers CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330411-1 CORROSION CONTROL TEST STATIONS Page 1 of 7 SECTION 33 04 11 CORROSION CONTROL TEST STATIONS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Test station materials and installation requirements, as shown on the Drawings, at: a. Foreign pipeline crossings b. Cased crossings c. Below -grade pipeline electrical isolation joints 2. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: a. Testing to determine the effectiveness of the installed Cathodic Protection systems and to allow for startup adjustments b. Testing to determine interference effects from and on adjacent or crossing foreign underground structures c. Testing to determine sources and magnitude of stray DC currents and required mitigative measures d. Periodic monitoring to determine status of existing Cathodic Protection systems, stray current and foreign line influence B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 12 — Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Cathodic Protection construction. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NACE International (MACE). CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330411-2 CORROSION CONTROL TEST STATIONS Page 2 of 7 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 and/or fabrication for specials. flr11W.T011I113e.Y11:3uIMWlI:1110i11211C17;110VEN11130.111&1"0071101F.11 K A. Product Data 1. Submit product data for all components of the Corrosion Control Test Stations. Data submitted shall include: a. Test Station b. Wiring c. Splicing materials d. Thermite weld materials e. Weld coatings 1.7 CLOSEOUT SUBMITTALS A. Structure -to -soil potential data shall be submitted to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Provide manufacturer's certifications that all components of the corrosion control system meet the requirements of the Contract Documents. a. The certification shall reference the applicable Section of the Specifications and the applicable standard details. B. Inspection 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or during, installation. C. Drawings 1. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. 2. Field conditions, conflicts with other utilities or mechanical and structural features shall determine exact locations. 3. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. 4. Any damaged utilities shall be repaired to the satisfaction of the City at the Contractor's expense. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Coordinate the delivery of test station materials. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 3304 11 -3 CORROSION CONTROL TEST STATIONS Page 3 of 7 B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. C. Packaging Waste Management 1. Dispose of waste materials properly and remove from job site after installation is complete. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Flush Mount Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing Company or approved equal. 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved equal. 5. Install a marker sign adjacent to all flush -mounted test stations. B. Above -Grade Test Stations 1. At test station locations where flush mounted structures cannot be installed, or where stated on Drawings, an above -grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. 2. The test station shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing or approved equal. 3. The "Big Fink" test station shall be mounted on a 5 foot length of 3-inch diameter UV -resistant plastic conduit in populated locations, and mounted on a 5 foot length of 3-inch diameter concrete filled galvanized steel conduit in low population locations. 4. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. a. If exposed to traffic, provide a frangible base for test station. 5. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. 6. The test station conduit shall be installed with a 24-inch x 24-inch x 6-inch concrete pad. C. Permanent Reference Electrodes CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330411-4 CORROSION CONTROL TEST STATIONS Page 4 of 7 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal. 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. D. Test Station Lead Wires 1. Test station lead wires of all sizes shall have TW, THW, or THHN insulation as shown on the Drawings. 2. Insulation type shall be color coded based upon connection to underground structures. a. Protected pipeline: white b. Foreign structures: red c. Steel casings: yellow d. Permanent reference cells: blue e. Anode header cable: black (HMWPE) f. Unprotected or existing pipeline: black (HMWPE) 3. Test station lead wires shall be terminated on the test station terminal board utilizing crimped on solderless ring terminals. 4. All terminal boards shall be wired by the installer as shown on the Drawings. E. Thermite Weld Equipment Charges and Molds a. Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. b. Use only the correct charges for the specific application. c. Welding charges and molds shall be Erico, Cadweld or Continental Industries Thermoweld. 2. Weld Coating a. Coat weld with Stopaq CZ tape or approved equal. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION / INSTALLATION Install test stations at each of the locations scheduled on the Drawings. At a minimum, test stations are required at each of the following locations: a. At all major underground metallic pipeline crossings b. At all cased crossings and tunnels (both ends) c. At all underground isolation flanges d. At all magnesium anode ground bed locations CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 3304 11 -5 CORROSION CONTROL TEST STATIONS Page 5 of 7 B. General 1. Install test stations at locations indicated on Drawings. a. If a flush mounted test station is not feasible in a particular location, then an above -grade test station may be used, subject to approval by the City or its designated representative. 2. Use continuous test station lead wires without cuts or tears in the insulation. 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. a. If the pipe is installed under a road, place the test station at the curb for easy access. 4. Attach test lead wires to the pipe by thermite welding. 5. Attach test wires to the pipe prior to backfilling. 6. Use color coded test wires as indicated on the Contract Documents. 7. Wire test station terminal board configurations as shown on the Drawings. At foreign pipeline crossing test stations: a. Notify the owners of the pipeline and obtain permission before the test leads are connected to their pipeline. b. The foreign pipeline owner should have a representative present. c. Contractor shall not install lead wires or bond wires on foreign pipelines. d. If foreign pipeline owner refuses test leads connected to their pipeline, then document owner's refusal and install potential test station on water main. e. Document the owner's contact name, phone number, email address and date of contact. f. Submit documentation to the City or its designated representative. C. Flush -Mount Test Stations 1. Install as shown on the Drawings. 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. 3. Install with permanent copper sulfate reference electrodes where indicated on the Drawings. a. Install permanent reference electrode approximately 6 inches from the pipe. b. Compact native soil by hand around the electrode. c. The balance of the backfill shall be select granular backfill material. d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 4. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. a. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. D. Above -Grade Test Stations 1. Install above -grade test stations where a flush mounted test station cannot be located. 2. Use and location of above -grade test stations shall be approved by the City or its designated representative. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330411-6 CORROSION CONTROL TEST STATIONS Page 6 of 7 3. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. 4. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. 5. Pour a 24-inch x 24-inch x 6-inch concrete pad at grade around the test station conduit. 6. Fill the interior of the 3-inch above -grade test station steel galvanized conduit with Portland cement concrete after installation of the test stations wires. E. Test Lead Wire Attachment 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and ductile iron pipelines as shown on Drawings. a. See Drawings. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a. Grind the surface to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. 5. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller wires. 6. Place the metal disk in the bottom of the mold. 7. Pour the thermite weld charge into the mold. 8. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 9. Close the mold cover and ignite the starting powder with a flint gun. 10. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 11. Pull on the wire to assure a secure connection. 12. If the weld is not secure or the wire breaks, repeat the procedure. 13. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. F. Post Installation Backfilling of Test Station — Lead Wires 1. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 2. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe -to -soil potential. 3. Replace any test wire found to have a high resistance connection. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. All test stations shall be visually inspected during the final walk through. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330411-7 CORROSION CONTROL TEST STATIONS Page 7 of 7 B. Materials or installation work not conforming to the requirement of this Specification shall be replaced or repaired to the City's satisfaction. C. Damaged or missing test station components shall be replaced by equal components. 01-1�31&11INUT&Ikr.1:411"W A. Commissioning 1. Native state structure -to -soil potentials shall be acquired along the water main and submitted to the City. B. Method 1. Measure native state structure -to -soil potentials along the water line using a portable reference electrode at the following locations: a. Each test station b. Above grade pipeline appurtenances c. Test stations on foreign pipelines crossing or parallel to the water main. 2. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. C. Contractor is responsible for all testing. D. All testing is to be done by or under the supervision of certified NACE personnel. E. Record results and submit in accordance with this Specification. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Refer to Section 33 04 12. 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.D.2 — revised insulation color coding CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 SECTION 33 04 12 MAGNESIUM ANODE CATHODIC PROTECTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon steel pipes and ductile iron pipes using Magnesium Anodes 2. The Cathodic Protection System shall include, but not be limited to the following: a. Materials and installation b. Post -installation survey c. Final Report to include recommendations 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. Divisionl — General Requirements 3. Section 33 05 26 — Utility Markers/Locators 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measure a. Measurement for this Item shall be by lump sum. 2. Payment: a. The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid. 3. The price bid shall include: a. Mobilization b. Anode groundbeds c. Anode test stations d. Excavation e. Furnishing, placement, and compaction of backfill f. Field welding g. Connections h. Adjustments i. Testing j. Clean-up k. Start-up/Commissioning 1.3 REFERENCES A. Abbreviations and Acronyms CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1. AWG: American Wire Gauge 2. CSE: Copper/Copper Sulfate Reference Electrode 3. HMWPE: High Molecular Weight Polyethylene B. Definitions 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 3. Cathode: The electrode of an electrochemical cell at which reduction is the principal reaction. 4. Cathodic Polarization: The change of electrode potential in the negative direction caused by direct current (DC) flow across the electrode/electrolyte interface. 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction with its environment. 7. Corrosion Control Engineer: NACE certified, licensed engineer in the state of Texas, employed by a Corrosion Engineering Firm. 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection design on behalf of the Contractor. 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection System. 10. Current: Flow of electric charge. 11. Electrode: A conductor used to establish contact with an electrolyte and through which current is transferred to or from an electrolyte. 12. Electrolyte: A chemical substance containing ions that migrate in an electric field (i.e., soil or water). 13. Foreign Structure: Any metallic structure that is not intended as a part of a system under Cathodic Protection. 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is less active (more noble) when electrically coupled in an electrolyte. 15. Interference: Any electrical disturbance on a metallic structure as a result of stray current. 16. Pipe -to -Electrolyte Potential: The potential difference between the pipe and the electrolyte that is measured with reference to an electrode in contact with the electrolyte. 17. Polarized Potential: The potential across the structure/electrolyte interface that is the sum of the free corrosion potential and the cathodic polarization 18. Reference Electrode: An electrode whose open -circuit potential is constant under similar conditions of measurement and is used to measure the relative potentials of other electrodes 19. Stray Current: Current flow through paths other than the intended circuit. 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. C. Reference Standards 1. NACE International (MACE). CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Submit product data for all components of the Cathodic Protection System. Data submitted shall include: a. Anodes b. Anode Test Stations c. Wiring d. Splicing Materials e. Thermite Weld Materials f. Weld Coatings 1.7 CLOSEOUT SUBMITTALS A. The results of all testing procedures shall be submitted to the Engineer or the City for review and approval. Testing information required includes: 1. Anode groundbed current outputs 2. Pipe -to -soil potentials 3. Results of interference testing 4. Results of electrical isolation joint tests 5. Operating and maintenance instructions B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. C. Provide written documentation from the Corrosion Control Engineer of any deficiencies discovered during the post installation inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Cathodic Protection installer shall show adequate documented experience in the type of Cathodic Protection work required for the project. B. Certifications 1. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that anodes meet Specifications and that all tests have been performed in accordance with the applicable standards. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 C. Packaging Waste Management 1. Dispose of anode and thermite weld material packaging properly and remove from the job site after installation is complete. 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. Sacrificial Anodes - Magnesium 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: Element Content (%) Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum (Total) Magnesium Remainder 2. Magnesium Anode Current Capacity a. Magnesium Anodes require a current capacity of no less than 500 amp -hours per pound of magnesium. 3. Anode Backfill Material a. Use chemical backfill material around all galvanic anodes. b. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode and prevents passivation of the anode. c. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: 1) Ground hydrated gypsum: 75 percent 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 4) Have a grain size backfill such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. d. Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesium ingots, the required weight of backfill shall be as follows: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 Anode Weight (Pounds) 17 20 32 40 48 60 Backfill Weight (Pounds) 44 50 58 65 48 70 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 Total Weight (Pounds) 61 70 90 105 96 130 4. Anode Lead Wires a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 AWG solid copper wire equipped with TW of THW insulation. 5. Lead Wire Connection to Magnesium Anode a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. b. Extend 1 end of the core beyond the anode for the lead wire connection. c. Silver -solder the lead wire to the core and fully insulate the connection. B. Splicing Tape 1. Tape used for covering anode lead wire to anode header cable connections shall be 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. C. Crimping Lugs 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy, or approved equal. D. Anode Header Cable 1. Anode header cables routed between the anode groundbed and the test stations shall be #10 AWG stranded copper conductors with type HMWPE insulation (black). E. Anode Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as manufactured by CP Test Services, or approved equal. 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved equal. 4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- inch square concrete pad. 5. Install a marker sign adjacent to all flush -mounted test stations. F. Shunt 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by Holloway, or approved equal. 2. There shall be at least 1 shunt in each Magnesium Anode test station. G. Test Lead Wire CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 1. Test station lead wires shall be #12 AWG stranded copper cable with type TW, THW or THHN insulation, black in color. H. Permanent Reference Electrode 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package, as manufactured by Corrpro Companies, Inc., or approved equal. 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. I. Marker Sign 1. Provide marker sign in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Installation of Sacrificial Anodes 1. Placement a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep hole or by trench maintaining the same spacing as shown on the Drawings. b. Centerline of the anode shall beat a minimum of 10 feet from the centerline of the pipe. c. Anodes shall be installed within the pipeline right-of-way. 2. Augured Hole a. The anode hole diameter shall easily accommodate the anode. 3. Backfilling a. After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. b. Pour a minimum of 5 gallons of water into the anode hole. c. Backfill the remainder of the anode hole. 4. Anode Lead Wire a. Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. b. Each anode lead wire shall be connected to an anode header cable as indicated on the Drawings. 5. Handling CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 a. Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. B. Installation of Permanent Anode 1. Location a. Install 1 permanent copper sulfate reference electrode at each anode ground bed. b. The permanent reference electrode shall be within 6 inches of the pipe at pipe depth. c. Prepare and install the permanent reference electrode in strict accordance with the manufacturer's recommendations. 2. Placement a. Place the permanent reference electrode in the same ditch with the water line and carefully covered with the same soil as the pipeline backfill. 3. Lead Wire a. Protect the permanent reference electrode lead wire during backfill operations and route to the test station along with the water line test leads and anode ground bed cables. C. Installation of Wire and Cable 1. Depth a. All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. 2. Anode Header Cable a. Each anode lead wire shall be connected to a #10 AWG/HMWPE header cable which shall be routed into a flush -to -grade test station. 3. Anode Lead Wire to Header Cable Connection a. Each anode lead wire to header cable connection shall be made using a copper compression connector. b. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. 4. Anode -to -Pipeline Connection a. Connect each group of anodes to the pipeline through a test station as shown on the Drawings. b. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. 5. A 3-inch wide, yellow, non -detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall be buried at a depth of 18 inches below the surface and along the length of all Cathodic Protection cable trenches. D. Test Lead Wire Attachment 1. Test lead cables shall be attached to the pipe by thermite welding. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt from the pipe over an area approximately 3 inches square. a. The surface shall be cleaned to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 5. Charges and Molds a. Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. b. Care shall be taken during installation to be sure correct charges are used. c. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. 6. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. 7. The metal disk shall be placed in the bottom of the mold. 8. The cap from the weld charge container shall be removed and the contents poured into the mold. 9. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. 10. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly. 11. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 12. Pull on the wire to assure a secure connection. 13. If the weld is not secure or the wire breaks, repeat the procedure. 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape, or approved equal. E. Flush -to -Grade Anode Test Stations 1. Flush -to -grade anode test stations shall be installed as shown on the Drawings. 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12 inches above the top of the concrete pad for test purposes. F. Post Installation Backfilling of Cables 1. General a. During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 3.5 REPAIR A. Cut wires shall be spliced by using a copper compression connector. 1. The connection shall be completely sealed against moisture penetration by the use of rubber tape, vinyl tape and Scotchkote electrical coating. B. Damaged or missing test station components shall be replaced by equal components. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1. All components of the Cathodic Protection System shall be visually inspected by the City prior to commissioning of the system. 3.8 SYSTEM STARTUP A. General 1. The Cathodic Protection System shall be inspected, energized and adjusted (commissioned) as soon as possible after the Cathodic Protection equipment has been installed. B. Equipment 1. All Cathodic Protection testing instruments shall be in proper working order and calibrated according to factory specifications. C. Commissioning 1. The commissioning of the Cathodic Protection System shall be performed by, or under the direct supervision of, the Corrosion Engineering Firm qualified to verify compliance with this Specification and with the referenced corrosion control standards set forth by NACE International. D. Method 1. Measure native state structure -to -soil potentials along the water line using the permanent reference electrodes at each anode test station and a portable reference electrode at all other test stations and at above grade pipeline appurtenances. 2. Energize the Cathodic Protection System by connecting each Magnesium Anode groundbed to the pipeline lead in the test station junction box by means of a 0.01 ohm shunt. 3. Record each anode groundbed current using the shunt. 4. Allow sufficient time for the pipeline to polarize. 5. Adjust, if necessary, the Cathodic Protection current output in each anode test station to satisfy the 100-mV polarization shift criterion or the -850 millivolts-CSE polarized potential criterion as established by NACE International standards. 6. Record all final current outputs measured at each test station. 7. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. 8. Verify that interference does not exist with foreign structures. 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any interference detected. 10. If necessary, install resistance bonds to mitigate interference. 11. Interference testing coordination with the owners of foreign structures is the responsibility of the Cathodic Protection tester. E. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post -installation inspection. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330412-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS PART1- GENERAL 1.1 SUMMARY A. General Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code JAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. c. C651, Disinfecting Water Mains. d. C655, Field De -Chlorination. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 6, 2013 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals For 24-inch and larger water mains, provide the following: 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan — prior to the start of construction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De -chlorination d. Sampling 1.6 ACTION 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. 5. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 6, 2013 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees, crosses, wyes, and gate valves. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig all 36-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. Flushing is only permitted when specially designated in the Drawings, or if pigging is not practical and approved by the City. B. Pigging Method If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning Wye, remove cleaning Wye covers, etc. b. Where expulsion of the pig is required through a dead -ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning Wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 6, 2013 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow -off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main — 3/4-inch blow -off 2) 10-inch through 12-inch main —I -inch blow -off 3) 16-inch and greater main — 2-inch blow -off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less than 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 6, 2013 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch -pound units, L = SD �P 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 6, 2013 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de -chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or "slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/l or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 6, 2013 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 c. After satisfactory completion of the disinfection operation, as determined by the City, remove surplus pipe at the chlorination and sampling points, plug the remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Dechlorination 1. General. All chlorinated water shall be de -chlorinated before discharge to the environment. Chemical amounts, as listed in ANSFAWWA C651: "Disinfecting Water Mains", shall be used to neutralize the residual chlorine concentrations using de -chlorination procedures listed in ANSFAWWA C655: "Field De -Chlorination". De -Chlorination shall continue until chlorine residual is non -detectable. 2. Testing. Contractor shall continuously test for the chlorine residual level immediately downstream of the de -chlorination process, during the entire discharge of the chlorinated water. Contractor shall periodically conduct chlorine residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activities: a. The Contract shall immediately alter activities to prevent further fish kills. b. The Contractor shall immediately notify Water Department Field Operations Dispatch. c. The Contractor shall coordinate with City to properly notify TCEQ. d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish kills shall be the responsibility of the Contractor. H. Bacteriological Testing (Water Sampling) 1. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's laboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least 1 set from each branch. e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 6, 2013 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 a. Unsatisfactory test results require a repeat of the disinfection process and re - sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 1040 IZI] 0.y x9i 11130 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.10.E.Le, Added service lines to hydrostatic testing requirements 1.3.A.2.d Added AWWA C655 Field De -Chlorination as reference 2/6/2013 D Townsend 3.10.G — Added De -Chlorination Requirement CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 6, 2013 -1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I of21 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART 1 - 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. Bac kfill 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 _2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfillor embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 RaceTrac Risinger City Project No. 105656 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 groundwater 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 RF,FFRFNCES 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 backfa pipe zone, haunching bedding, springline, pipe zone and foundation are deigned as shown in the following schematic: 4 f37 J Q F_ z w M LLJ M LLJ PAVED; AREAS UNPAVED AREAS J INITIAL%XY BACKHLL f� f SPRINGLIKE HAUNCHING BEDDING FOUNDATION EXCAVATED TRENCH WIDTH L Z 0 LLJ _0. OD CLEARANCE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 1 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas —The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas — The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588 —Standard Test method for Moisture -Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts (12,400 ft lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487 —10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity -Flow Applications 33 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods (Shallow Depth) 35 1. ASTM 3017 -Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods (Shallow Depth) 37 in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 41 Regulations for Construction, Subpart P - Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. W thin Existing Rights -of -Way (ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements, unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non -paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils, embedment or 38 backfill materials within the ROW, easement or temporary construction 39 easement, then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 1 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER-FURNISBED [OR] OWNER -SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill Sieve Size Percent Retained V2" 0 t/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 forutility embedment. The pre -approved list can be found on the City website, Project Resources page. The utility sand sources in the pre -approved list have demonstrated continued quality and uniformity on City of Fort Worth projects. Sand from these sources are pre -approved for use on City projects without project specific testing. 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56,57 or 67 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 _7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 1 c. May be unwashed 2 d. Free from significant silt clay or unsuitable materials 3 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 4 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 5 sodium sulfate soundness per ASTM C88 6 3. Fine Crushed Rock 7 a. Durable crushed rock 8 b. Meets the gradation of ASTM D448 size numbers 8 or 89 9 c. May be unwashed 10 d. Free from significant silt clay or unsuitable materials. 11 e. Have a percentage of wear not more than 40 percentper ASTM C131 or C535 12 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 13 sodium sulfate soundness per ASTM C88 14 4. Ballast Stone 15 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 16 b. May be unwashed 17 c. Free from significant silt clay or unsuitable materials 18 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 19 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 20 sodium sulfate soundness per ASTM C88 21 5. Acceptable Backfill Material 22 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 23 ASTM D2487 24 b. Free from deleterious materials, boulders over 6 inches in size and organics 25 c. Can be placed free from voids 26 d. Must have 20 percent passing the number 200 sieve 27 6. Blended Backfill Material 28 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 29 b. Blended with in -situ or imported acceptable backfill material to meet the 30 requirements of an Acceptable Backfill Material 31 c. Free from deleterious materials, boulders over 6 inches in size and organics 32 d. Must have 20 percent passing the number 200 sieve 33 7. Unacceptable Backfill Material 34 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 35 D2487 36 8. Select Fill 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limit less than 35 39 c. Plasticity index between 8 and 20 40 9. Cement Stabilized Sand (CSS) 41 a. Sand 42 1) Shall be clean, durable sand meeting grading requirements for fine 43 aggregates of ASTM C33 and the following requirements: 44 a) Classified as SW, SP, or SM by the United Soil Classification System 45 of ASTM D2487 46 b) Deleterious materials 47 (1) Clay lumps, ASTM C142, less than 0.5 percent 48 (2) Lightweight pieces, ASTM C123, less than 5.0 percent CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 _8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 1 (3) Organic impurities, ASTM C40, color no darker than standard 2 color 3 (4) Plasticity index of 4 or less when tested in accordance with ASTM 4 D4318. 5 b. Minimum of 4 percent cement content of Type I/II portland cement 6 c. W ter 7 1) Potable water, free of soils, acids, alkalis, organic matter or other 8 deleterious substances, meeting requirements of ASTM C94 9 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 10 e. Strength 11 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 12 D1633, Method A 13 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 14 D1633, Method A 15 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 16 that exceeds the maximum compressive strength shall be removed by the 17 Contractor for no additional compensation. 18 f. Random samples of delivered product will be taken in the field at point of 19 delivery for each day of placement in the work area. Specimens will be prepared 20 in accordance with ASTM D1632. 21 10. Controlled Low Strength Material (CLSM) 22 a. Conform to Section 03 34 13 23 11. Trench Geotextile Fabric 24 a. Soils other than ML or OH in accordance with ASTM D2487 25 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 26 2) Fibers shall retain their relative position 27 3) Inert to biological degradation 28 4) Resist naturally occurring chemicals 29 5) UV Resistant 30 6) Mirafi 140N by Tenc ate, or approved equal 31 b. Soils Classified as ML or OH in accordance with ASTM D2487 32 1) High -tenacity monofilament polypropylene woven yarn 33 2) Percent open area of 8 percent to 10 percent 34 3) Fibers shall retain their relative position 35 4) Inert to biological degradation 36 5) Resist naturally occurring chemicals 37 6) UV Resistant 38 7) Mirafi FW402 by Tencate, or approved equal 39 12. Concrete Encasement 40 a. Conform to Section 03 30 00. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -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 exc avation. 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 fac ilities 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 away that does not damage existing pavement that is designated to remain. 1) W ere desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. W en operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 1 d. Conduct excavation, embedment and backfill in a manner such that there is no 2 damage to the tree canopy. 3 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 4 specifically allowed by the City. 5 1) Pruning or trimming may only be accomplished with equipments 6 specifically designed for tree pruning or trimming. 7 f. Remove trees specifically designated to be removed in the Drawings in 8 accordance with Section 31 10 00. 9 4. Above ground Structures 10 a. Protect all above ground structures adjacent to the construction. 11 b. Remove above ground structures designated for removal in the Drawings in 12 accordance with Section 02 41 13 13 5. Traffic 14 a. Maintain existing traffic, except as modified by the traffic control plan, and in 15 accordance with Section 34 71 13. 16 b. Do not block access to driveways or alleys for extended periods of time unless: 17 1) Alternative access has been provided 18 2) Proper notification has been provided to the property owner or resident 19 3) It is specifically allowed in the traffic control plan 20 c. Use traffic rated plates to maintain access until access is restored. 21 6. Traffic Signal— Poles, Mast Arms, Pull boxes, Detector loops 22 a. Notify the City's Transportation Management Division a minimum of 48 hours 23 prior to any excavation that could impact the operations of an existing traffic 24 signal. 25 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 26 and detector loops. 27 c. Immediately notify the City's Transportation Management Division if any 28 damage occurs to any component of the traffic signal due to the contractors 29 activities. 30 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 31 cabinets, conduit and detector loops as a result of the construction activities. 32 7. Fences 33 a. Protect all fences designated to remain. 34 b. Leave fence in the equal or better condition as prior to construction. 35 3.4 INSTALLATION 36 A. Excavation 37 1. Excavate to a depth indicated on the Drawings. 38 2. Trench excavations are defined as unclassified. No additional payment shall be 39 granted for rock or other in -situ materials encountered in the trench. 40 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 41 and bracing in accordance with the Excavation Safety Plan. 42 4. The bottom of the excavation shall be firm and free from standing water. 43 a. Notify the City immediately if the water and/or the in -situ soils do not provide 44 for a firm trench bottom. 45 b. The City will determine if any changes are required in the pipe foundation or 46 bedding. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 21 1 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 2 excavation shall not advance beyond the pipe placement so that the trench may be 3 backfilled in the same day. 4 6. Over Excavation 5 a. Fill over excavated areas with the specified bedding material as specified for 6 the specific pipe to be installed. 7 b. No additional payment will be made for over excavation or additional bedding 8 material. 9 7. Unacceptable Backfill Materials 10 a. In -situ soils classified as unacceptable backfill material shall be separated from 11 acceptable backfill materials. 12 b. If the unacceptable bac Hill 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 trenchboxes 34 used to support the sides of the trench excavation shall not: 35 a. Disturb the embedment located in the pipe zone or lower 36 b. Alter the pipe's line and grade after the Excavation Protection System is 37 removed 38 c. Compromise the compaction of the embedment located below the spring line of 39 the pipe and in the haunching 40 C. Water Control 41 1. Surface Water 42 a. Furnish all materials and equipment and perform all incidental work required to 43 direct surface water away from the excavation. 44 2. Ground Water 45 a. Furnish all materials and equipment to dewater ground water by a method 46 which preserves the undisturbed state of the subgrade soils. 47 b. Do not allow the pipe to be submerged within 24 hours after placement. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 1 c. Do not allow water to flow over concrete until it has sufficiently cured. 2 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 3 Control Plan if any of the following conditions are encountered: 4 1) A Ground Water Control Plan is specifically required by the Contract 5 Documents 6 2) If in the sole judgment of the City, ground water is so severe that an 7 Engineered Ground Water Control Plan is required to protect the trench or 8 the installation of the pipe which may include: 9 a) Ground water levels in the trench are unable to be maintained below 10 the top of the bedding 11 b) A firm trench bottom cannot be maintained due to ground water 12 c) Ground water entering the excavation undermines the stability of the 13 excavation. 14 d) Ground water entering the excavation is transporting unacceptable 15 quantities of soils through the Excavation Safety System. 16 e. In the event that there is no bid item for a Ground Water Control and the City 17 requires an Engineered Ground Water Control Plan due to conditions discovered 18 at the site, the contractor will be eligible to submit a change order. 19 f. Control of ground water shall be considered subsidiary to the excavation when: 20 1) No Ground Water Control Plan is specifically identified and required in the 21 Contract Documents 22 g. Ground Water Control Plan installation, operation and maintenance 23 1) Furnish all materials and equipment necessary to implement, operate and 24 maintain the Ground Water Control Plan. 25 2) Once the excavation is complete, remove all ground water control 26 equipment not called to be incorporated into the work. 27 h. Water Disposal 28 1) Dispose of ground water in accordance with City policy or Ordinance. 29 2) Do not discharge ground water onto or across private property without 30 written permission. 31 3) Permission from the City is required prior to disposal into the Sanitary 32 Sewer. 33 4) Disposal shall not violate any Federal, State or local regulations. 34 D. Embedment and Pipe Placement 35 1. Water Lines less than, or equal to, 12 inches in diameter: 36 a. The entire embedment zone shall be of uniform material. 37 b. Utility sand shall be generally used for embedment. 38 c. If ground water is in sufficient quantity to cause sand to pump, then use 39 crushed rock as embedment. 40 1) If crushed rock is not specifically identified in the Contract Documents, 41 then crushed rock shallbe paid by the pre -bid unit price. 42 d. Place evenly spread bedding material on a firm trench bottom. 43 e. Provide firm, uniform bedding. 44 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 45 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 46 proposed grade, unless specifically called for in the Drawings. 47 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 48 more than 12 inches, above the pipe. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 i. W ere gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. W ter Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand maybe used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. W ere gate valves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. W ter Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shallbe used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 RaceTrac Risinger City Project No. 105656 -14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 f. 5 g. 6 7 h. 10 11 12 13 1. J. k. Place pipe on the bedding according to the alignment shown on the Drawings. The pipe line shall be within: 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. W ere gate valves are present, the initial backfill shall extend to up to the valve 14 nut. 15 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 16 ASTM D 698. 17 in. Density test maybe performed by a commercial testing firm approved by the 18 City to verify that the compaction of embedment meets requirements. 19 n. Place trench geotextile fabric on top of the initial backfill. 20 o. Place marker tape on top of the trench geotextile fabric in accordance with 21 Section 33 05 26. 22 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 23 a. The entire embedment zone shall be of uniform material. 24 b. Crushed rock shall be used for embedment. 25 c. Place evenly spread bedding material on a firm trench bottom. 26 d. Spread bedding so that lines and grades are maintained and that there are no 27 sags in the sanitary sewer pipe line. 28 e. Provide firm, uniform bedding. 29 1) Additional bedding may be required if ground water is present in the 30 trench. 31 2) If additional crushed rock is required which is not specifically identified in 32 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 33 price. 34 f. Place pipe on the bedding according to the alignment shown in the Drawings. 35 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 36 with the grade shown on the Drawings. 37 h. Place and compact embedment material to adequately support haunches in 38 accordance with the pipe manufacturer's recommendations. 39 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 40 exceed the spring line prior to compaction. 41 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 42 but not more than 12 inches, above the pipe. 43 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 44 ASTM D 698. 45 1. Density test maybe performed by a commercial testing firm approved by the 46 City to verify that the compaction of embedment meets requirements. 47 in. Place trench geotextile fabric on top of the initial backfill. 48 n. Place marker tape on top of the trench geotextile fabric in accordance with 49 Section 33 05 26. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 1 5. Storm Sewer (RCP) 2 a. The bedding and the pipe zone up to the spring line shall be of uniform 3 material. 4 b. Crushed rock shall be used for embedment up to the spring line. 5 c. The specified backfill material maybe used above the spring line. 6 d. Place evenly spread bedding material on a firm trench bottom. 7 e. Spread bedding so that lines and grades are maintained and that there are no 8 sags in the storm sewer pipe line. 9 f. Provide firm, uniform bedding. 10 1) Additional bedding may be required if ground water is present in the 11 trench. 12 2) If additional crushed rock is required which is not specifically identified in 13 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 14 price. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 17 with the grade, shown on the Drawings. 18 i. Place embedment material up to the spring line. 19 1) Place embedment to ensure that adequate support is obtained in the haunch. 20 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 21 ASTM D 698. 22 k. Density test maybe performed by a commercial testing firm approved by the 23 City to verify that the compaction of embedment meets requirements. 24 1. Place trench geotextile fabric on top of pipe and crushed rock. 25 6. Storm Sewer (PP - Polypropylene) 26 a. The entire embedment zone shall be of uniform material. 27 b. Crushed rock shall be used for embedment up to top of pipe. 28 c. Place evenly spread bedding material on a firm trench bottom. 29 d. Spread bedding so that lines and grades are maintained and that there are no sags 30 in the storm sewer pipe line. 31 e. Provide firm, uniform bedding. 32 1) Additional bedding maybe required if groundwater is present in the 33 trench. 34 2) If additional crushed rock is required which is not specifically 35 identified in the Contract Documents, then crushed rock shall be paid 36 by the pre -bid unit price. 37 f. Place pipe on the bedding according to the alignment shown in the Drawings. 38 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 39 the grade shown on the Drawings. 40 h. Place and compact embedment material to adequately support haunches in 41 accordance with the pipe manufacturer's recommendations. 42 i. Compact the embedment and initial backfill to 95 percent Standard Proctor 43 ASTM D 698. 44 J. Density test may be performed by City to verify that the compaction of 45 embedment meets requirements. 46 k. Place trench geotextile fabric on top of the initial backfill. 47 7. Storm Sewer Reinforced Concrete Box 48 a. Crushed rock shallbe used for bedding. 49 b. The pipe zone and the initial backfill shall be: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 1 1) Crushed rock, or 2 2) Acceptable backfill material compacted to 95 percent Standard Proctor 3 density 4 c. Place evenly spread compacted bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the storm sewer pipe line. 7 e. Provide firm, uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 price. 13 f. Fill the annular space between multiple boxes with crushed rock, CLSM 14 according to 03 34 13. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the 17 grade, shown on the Drawings. 18 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 19 D698. 20 8. W ter Services (Less than 2 Inches in Diameter) 21 a. The entire embedment zone shall be of uniform material. 22 b. Utility sand shall be generally used for embedment. 23 c. Place evenly spread bedding material on a firm trench bottom. 24 d. Provide firm, uniform bedding. 25 e. Place pipe on the bedding according to the alignment of the Plans. 26 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 27 9. Sanitary Sewer Services 28 a. The entire embedment zone shall be of uniform material. 29 b. Crushed rock shall be used for embedment. 30 c. Place evenly spread bedding material on a firm trench bottom. 31 d. Spread bedding so that lines and grades are maintained and that there are no 32 sags in the sanitary sewer pipe line. 33 e. Provide firm, uniform bedding. 34 1) Additional bedding may be required if ground water is present in the 35 trench. 36 2) If additional crushed rock is required which is not specifically identified in 37 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 38 price. 39 f. Place pipe on the bedding according to the alignment of the Drawings. 40 g. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 43 i. Density test maybe required to verify that the compaction meets the density 44 requirements. 45 E. Trench Backfill 46 1. At a minimum, place backfill in such a manner that the required in -place density 47 and moisture content is obtained, and so that there will be no damage to the surface, 48 pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2. Backfill Material 4 a. Final backfill (not under existing pavement or future pavement) 5 1) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8 c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater (under existing or future pavement) 10 1) Backfill depth from 0 to 15 feet deep 11 a) Backfill with: 12 (1) Acceptable backfill material 13 (2) Blended backfill material, or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill with: 17 (1) Select Fill 18 (2) CSS, or 19 (3) CLSM when specifically required 20 b) 21 c. Backfill for service lines: 22 1) Backfill for water or sewer service lines shall be the same as the 23 requirement of the main that the service is connected to. 24 3. Required Compaction and Density 25 a. Final backfill (depths less than 15 feet/under existing or future pavement) 26 1) Compact acceptable backfillmaterial, blended backfill material or select 27 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 28 moisture content within -2 to +5 percent of the optimum moisture. 29 2) CSS or CLSM requires no compaction. 30 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 31 1) Compact select backfillto a minimum of 98 percent Standard Proctor per 32 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 33 moisture up to the final grade. 34 2) CSS or CLSM requires no compaction. 35 c. Final backfill (not under existing or future pavement) 36 1) Compact acceptable backfill material blended backfill material, or select 37 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 38 moisture content within -2 to +5 percent of the optimum moisture. 39 4. Saturated Soils 40 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 41 optimum moisture content, the soils are considered saturated. 42 b. Flooding the trench or water jetting is strictly prohibited. 43 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 44 Appendix, Contractor shall proceed with Work following all backfill procedures 45 outlined in the Drawings for areas of soil saturation greater than 5 percent. 46 d. If saturated soils are encountered during Work but not identified in Drawings or 47 Geotechnical Report in the Appendix: 48 1) The Contractor shall: 49 a) Immediately notify the City. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 b) Submit a Contract Claim for Extra Work associated with direction from 2 City. 3 2) The City shall: 4 a) Investigate soils and determine if Work can proceed in the identified 5 location. 6 b) Direct the Contractor of changed backfill procedures associated with 7 the saturated soils that may include: 8 (1) Imported backfill 9 (2) A site specific backfill design 10 5. Placement of Backfill 11 a. Use only compaction equipment specifically designed for compaction of a 12 particular soil type and within the space and depth limitation experienced in the 13 trench. 14 b. Flooding the trench or water setting is strictly prohibited. 15 c. Place in loose lifts not to exceed 12 inches. 16 d. Compact to specified densities. 17 e. Compact only on top of initial backfill, undisturbed trench or previously 18 compacted backfill. 19 f. Remove any loose materials due to the movement of any trench box or shoring 20 or due to sloughing of the trench wall. 21 g. Install appropriate tracking balls for water and sanitary sewer trenches in 22 accordance with Section 33 05 26. 23 6. Backfill Means and Methods Demonstration 24 a. Notify the City in writing with sufficient time for the City to obtain samples 25 and perform standard proctor test in accordance with ASTM D698. 26 b. The results of the standard proctor test must be received prior to beginning 27 excavation. 28 c. Upon commencing of backfillplacement for the project the Contractor shall 29 demonstrate means and methods to obtain the required densities. 30 d. Demonstrate Means and Methods for compaction including: 31 1) Depth of lifts for backfill which shall not exceed 12 inches 32 2) Method of moisture control for excessively dry or wet backfill 33 3) Placement and moving trench box, if used 34 4) Compaction techniques in an open trench 35 5) Compaction techniques around structure 36 e. Provide a testing trench box to provide access to the recently backfilled 37 material. 38 f. The City will provide a qualified testing lab full time during this period to 39 randomly test density and moisture continent. 40 1) The testing lab will provide results as available on the job site. 41 7. Varying Ground Conditions 42 a. Notify the City of varying ground conditions and the need for additional 43 proctors. 44 b. Request additional proctors when soil conditions change. 45 c. The City may acquire additional proctors at its discretion. 46 d. Significant changes in soil conditions will require an additional Means and 47 Methods demonstration. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 1 3.5 REPAIR [NOT USED] 2 3.6 REINSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A Field Tests and Inspections 5 1. Proctors 6 a. The City will perform Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 to: 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 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) W en indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shallbe in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the commercial testing firm approved by the City. d. The commercial testing lab will perform moisture/density test for every 200-ft or less of trench length, as measured along the length of the pipe. A minimum of one test shall be performed for every 2 vertical feet of compacted backfill material, independent of the contractor's lift thickness for compaction. Test locations shall be staggered within each lift so that successive lifts are not tested in the same location. A random number generator may be used to determine test locations. Moisture/density tests shall be performed at a depth not more than 2 feet above the top of the pipe bedding and in 2-foot increments up to the final grade. The project inspector or project manager may request testing at an increased frequency and/or at specific locations. e. The contractor can proceed with subsequent earthwork only after test results for previously completed work comply with requirements. If the required compaction density has not been obtained, the backfill should be scarified and moistened or aerated, or removed to a depth required, and be replaced with approved backfill, and re -compacted to the specified density at the contractor's expense. In no case will excavation, pipe -laying, or other operation be allowed to proceed until the specified compaction is attained. f. The testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. g. A formal report will be posted to the City's Accela (Developer Projects) and BIM 360 (City Projects) site within 48 hours. h. Test reports shall include: 1) Location of test by station number CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 1 2) Time and date of test 2 3) Depth of testing 3 4) Field moisture 4 5) Dry density 5 6) Proctor identifier 6 7) Percent Proctor Density 7 3. Density of Embedment 8 a. Storm sewer boxes that are embedded with acceptable backfill material, 9 blended backfill material, cement modified backfill material or select material 10 will follow the same testing procedure as backfill. 11 b. The City may test fine crushed rock or crushed rock embedment in accordance 12 with ASTM D2922 or ASTM 1556. 13 B. Non -Conforming Work 14 1. All non -conforming work shall be removed and replaced. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 18 19 20 21 22 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 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement 11/09/16 Z. Arega 2.2.A. Ld Modify gradation for sand material 2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - 2/26/2021 Z. Arega Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirement s. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 -21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 2, 2021 SECTION 33 05 12 WATER LINE LOWERING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 330512-1 WATER LINE LOWERING Page 1 of 4 1. Locations where existing 12-inch or smaller water lines are crossed by a new storm sewer, sanitary sewer or water transmission main and the existing water line is to be lowered under the proposed improvement and no design profile has been provided in the Drawings 2. Locations where a new 12-inch or smaller water line is installed and crosses an existing underground conflict which requires the water line to be lowered greater than two feet below the standard depth and has not been detailed in the Drawings 3. 16-inch and larger water lines are excluded from this Section and should be specifically designed for lowering and paid for by unit price items 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 11 10 — Ductile Iron Pipe 6. Section 33 11 11 — Ductile Fittings 7. Section 33 11 12 — Polyvinyl Chloride (PVC) Pressure Pipe 8. Section 33 12 25 — Connection to Existing Water Main 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Line Lowering a. Measurement 1) Measurement for this Item shall be per each by size of each Water Line Lower performed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Water Line Lowering" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Ductile Iron or PVC Pipe and Ductile Iron Fittings CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330512-2 WATER LINE LOWERING Page 2 of 4 2) Polyethylene encasement 3) Paving removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing and placement of embedment 8) Furnishing, placement, and compaction of backfill 9) Thrust restraint 10) Bolts and nuts 11) Gaskets 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 16) Connections to the existing water line 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Commission on Environmental Quality (TCEQ) a. Title 30 Texas Administrative Code (TAC) Chapter 290, Public Drinking Water. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Ductile Iron Pipe shall conform to Section 33 11 10. 2. Ductile Iron Fittings with retainer glands shall conform to Section 33 11 11. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330512-3 WATER LINE LOWERING Page 3 of 4 3. Polyvinyl Chloride (PVC) pressure Pipe shall conform to Section 33 11 12. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify elevation of conflict which requires the water line to be relocated. 3.3 PREPARATION [NOT USED] UffE iO3 II1 Q W.111 I Dlei A. General 1. Water lines lowered to resolve conflicts between the water line and a proposed utility shall be lowered to maintain a 2-foot separation between the outside diameters of the water line and the other buried utilities. a. When approved by the Water Department, the separation may be reduced to 12- inches. b. No exception shall be granted to the criteria in Article 3.4 B of the Section. B. Water Crossing Sanitary Sewer 1. Water lines crossing sanitary sewer shall be in accordance with the TCEQ Title 30 TAC Chapter 290. C. Water Lines Crossing under Storm Drains 1. Water lines crossing within 2 feet below storm drains shall be constructed of Ductile Iron Pipe in accordance with Section 33 11 10. D. Install Ductile Iron Pipe in accordance with Section 33 11 10. E. Install Ductile Iron Fittings with retainer glands in accordance with Section 33 11 11. F. Install Polyvinyl Chloride (PVC) Pressure Pipe in accordance with Section 33 11 12. G. Disinfect and test at the direction of the City. H. Complete connections to the existing main in accordance with Section 33 12 25. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330512-4 WATER LINE LOWERING Page 4 of 4 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1. LA — Clarification of when Section is applicable CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 3305 13- 1 FRAME, COVER, AND GRADE RINGS Page 1 of 6 1 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary 7 sewer and storm drain structures such manholes or vaults 8 2. Compression Molded Composite Frames and Covers used as access ports into 9 sanitary sewer and water structures such as manholes and junction boxes. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A.Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to the structure containing the frame, cover 20 and grade rings. 21 2. Payment 22 a. The work performed and the materials furnished in accordance with this Item 23 are subsidiary to the unit price bid per each structure complete in place, and no 24 other compensation will be allowed. 25 1.3 REFERENCES 26 A.Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. ASTM International (ASTM) 31 a. ASTM A48 — Standard Specification for Gray Iron Castings 32 b. ASTM A536 - Standard Specification for Ductile Iron Castings 33 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 34 3. American Association of State Highways and Transportation Officials (AASHTO) 35 a. AASHTO HS-25 — AASHTO Highway Bridge Specification: Axial Loading to 36 meet or exceed 21,280 pounds/wheel load 37 b. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and 38 Related Castings CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 330513-2 FRAME, COVER, AND GRADE RINGS Page 2 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A.Product Data 8 1. All castings shall be cast with: 9 a. Approved foundry's name 10 b. Part number 11 c. Country of origin 12 2. All moldings shall display: 13 a. Approved Molder 14 b. Molding date 15 c. Wording that material is non-metallic 16 d. Country of origin 17 3. Provide manufacturers: 18 a. Specifications 19 b. Load tables 20 c. Dimension diagrams 21 d. Anchor details 22 e. Installation instructions 23 B. Certificates 24 1. Manufacturer shall certify that all castings or moldings conform to the ASTM and 25 AASHTO designations. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 34 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 35 A.Manufacturers 36 1. Only the manufacturers as listed on the City's Standard Products List will be 37 considered as shown in Section 0160 00 unless otherwise specified on the plans. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 6 1 a. The manufacturer must comply with this Specification and related Sections. 2 2. Any product that is not listed on the Standard Products List is considered a 3 substitution and shall be submitted in accordance with Section 0125 00. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 B. Cast Iron Covers 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle loading with permanent deformation. 4. Covers a. Size to set flush with the frame with no larger than a 1/8-inch gap between the frame and cover b. Provide with 2-inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 24 inches for all storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 30 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. C. Composite Covers 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or combined with reinforcing fiber rovings, short fiber filaments, or equivalent nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a polymer, vinylester, or a blend of these. The moldings shall be true to pattern in locations affecting their strength and value for the service intended. Before the moldings are removed from the molding operation, they shall be thoroughly deflashed and cleaned at the parting lines, holes, notches and all exposed edges. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 RaceTrac Risinger City Project No. 105656 330513-4 FRAME, COVER, AND GRADE RINGS Page 4 of 6 1 2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle 2 loading with permanent deformation. Composite frames shall have a minimum wall 3 thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel 4 impact. 5 3. Metal reinforcements or metal hinges molded within the composite shall not be 6 permitted. 7 4. All composite moldings shall have UV stabilizers (concentrations from 0.05% to 8 5%) added prior to shaping the product by injection molding. 9 5. Covers 10 a. Composite covers shall be compression molded under high pressures (>0.5 11 tons/sq inch of x-y surface area) and high temperatures (>200 degrees F). 12 Components for locking systems below the cover exposed to sewer environment 13 shall be made of noncorrosive materials such as nonmagnetic 316 stainless steel 14 (Austenite) or a polymer. 15 b. Size to set flush with the frame with no larger than a 1/8 -inch gap between the 16 frame and cover 17 c. Provide with 2 - inch wide pick slots in lieu of pick holes. 18 d. Provide gasket in frame and cover. 19 e. Standard Dimensions 20 1) Sanitary Sewer and Water 21 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 22 cover assemblies unless otherwise specified in the Contract Documents. 23 f. Standard Labels 24 1) Sanitary Sewer 25 a) Cast lid with the word "SANITARY SEWER" in 1-1/2-inch 26 (minimum) or 2-inch (maximum) letters across the lid. 27 2) Water 28 a) Cast lid with the word "WATER" in 1-1/2-inch (minimum) or 2-inch 29 (maximum) letters across the lid. 30 b) 31 g. Hinge Covers 32 1) Hinged covers shall be double -hinged allowing a minimal 180' full 33 opening. 34 2) Provide water tight gasket on all hinged covers. 35 3) Sanitary Sewer 36 a) Provide hinged covers for all manholes or structures constructed over 37 all sewer lines. 38 D.Grade Rings 39 1. Provide composite grade rings in sizes from 2-inch up to 8-inch. 40 2. Precast concrete grade rings are not permitted 41 3. Riser adjustment to surface grade may be constructed using circular Sonotube® 42 forms 43 E. Joint Sealant 44 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape 45 form. 46 2. Provide sealant that is not dependant on a chemical action for its adhesive 47 properties or cohesive strength. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 330513-5 FRAME, COVER, AND GRADE RINGS Page 5 of 6 1 3. Provide adhesive as recommended by manufacturer on composite covers/grade 2 rings. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A.Grade Rings 1. Place as shown in the City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each composite grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. Hinges are not required on composite manhole covers. C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D.Concrete Collar 1. Provide concrete collar around all frame and cover assemblies constructed at grade. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 RaceTrac Risinger City Project No. 105656 330513-6 FRAME, COVER, AND GRADE RINGS Page 6 of 6 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 22 'h inches 3/19/2021 C. Henry 2.2.B.4.d.2)a) — Updated to clear opening dimensions to 24 inches 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 30 inches 7/02/2021 M Owen Included composite requirements 12/09/2021 M Owen Update specification to correspond to standard detail revisions. 9/09/2022 M Owen 2.2 D and E and 3.4 A — Clarified use of composite grade rings or adjustment using circular Sonotube® forms and that precast concrete grade rings are not permitted. 13 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 33 05 14 -1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 8 1 SECTION 33 0514 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART l - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 01 17 — Permanent Asphalt paving Repair 4. Section 32 0129 — Concrete Paving Repair 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 13 — Frame, Cover and Grade Rings 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 8. Section 33 39 20 — Precast Concrete Manholes 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 10. Section 33 12 21— AWWA Rubber -Seated Butterfly Valve 11. Section 33 04 11— Corrosion Control Test Station 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Manhole — Minor Adjustment a. Measurement 1) Measurement for this Item shallbe per each adjustment using only grade rings or other minor adjustment devices to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 05 14 - 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2of8 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 3. Manhole - Major Adjustment with Frame and Cover a. Measurement 1) Measurement for this Item shallbe per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 4. Inlet a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 RaceTrac Risinger City Project No. 105656 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 05 14 - 3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 8 1) Measurement for this Item shallbe per each adjustment requiring structural modifications to inlet to a grade specked on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 5. Valve Box a. Measurement 1) Measurement for this Item shallbe per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment' completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 6. Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shallbe per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment' completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 RaceTrac Risinger City Project No. 105656 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 05 14 - 4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4of8 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Meter Box a. Measurement 1) Minor adjustments to meter box less than 6-inches vertical shall be considered subsidiary to the meter box pay item. 2) Measurement for this Item shallbe per each water meter adjustment required in excess of 6-inches vertically to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Meter Box Adjustment Extension" completed. c. The price bid shall include: 1) Excavation 2) Hauling 3) Disposal of excess material 4) Adjustment materials 5) Furnishing, placing and compaction of embedment and backfill 6) Concrete base material, as required 7) Surface restoration, unimproved area, as required 8) Clean-up 9. Miscellaneous Structure This Item is intended for a unique structure. Bid Item should include details to identify the specific structure (i. e. Miscellaneous Structure Adjustment, Sta. 1 +00) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 RaceTrac Risinger City Project No. 105656 33 05 14 - 5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 8 1 a. Measurement 2 1) Measurement for this Item shallbe per each adjustment requiring structural 3 modifications to said structure to a grade specified on the Drawings. 4 b. Payment 5 1) The work performed and the materials furnished in accordance with this 6 Item will be paid for at the unit price bid per each "Miscellaneous Structure 7 Adjustment" completed. 8 c. The price bid shall include: 9 1) Pavement removal 10 2) Excavation 11 3) Hauling 12 4) Disposal of excess material 13 5) Structural modifications 14 6) Furnishing, placing and compaction of embedment and backfill 15 7) Concrete base material 16 8) Permanent asphalt patch or concrete paving repair, as required 17 9) Clean-up 18 1.3 REFERENCES 19 A. Definitions 20 1. Minor Adjustment 21 a. Refers to a small elevation change performed on an existing manhole where the 22 existing frame and cover are reused. 23 2. Major Adjustment 24 a. Refers to a significant elevation change performed on an existing manhole 25 which requires structural modification or when a 24-inch ring is changed to a 26 30-inch ring. 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Texas Commission on Environmental Quality (TCEQ): 32 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 —Manholes and 33 Related Structures. 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 41 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 05 14 - 6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 8 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Cast -in -Place Concrete 6 1. See Section 03 30 00. 7 B. Modifications to Existing Concrete Structures 8 1. See Section 03 80 00. 9 C. Grade Rings 10 1. See Section 33 05 13. 11 D. Frame and Cover 12 1. See Section 33 05 13. 13 E. Backfill material 14 1. See Section 33 05 10. 15 F. Water valve box extension 16 1. See Section 33 12 20. 17 G. Corrosion Protection Test Station 18 1. See Section 33 04 11. 19 H. Cast -in -Place Concrete Manholes 20 1. See Section 33 39 10. 21 I. Precast Concrete Manholes 22 1. See Section 33 39 20. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION 28 A. Verification of Conditions 29 1. Examine existing structure to be adjusted, for damage or defects that may affect 30 grade adjustment. 31 a. Report issue to City for consideration before beginning adjustment. 32 3.3 PREPARATION 33 A. Grade Verification CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 05 14 - 7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 8 1 1. On major adjustments confirm any grade change noted on Drawings is consistent 2 with field measurements. 3 a. If not, coordinate with City to verify final grade before beginning adjustment. 4 3.4 ADJUSTMENT 5 A. Manholes, Inlets, and Miscellaneous Structures 6 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 7 30-inch frame and cover assembly per TCEQ requirement. 8 2. On manhole major adjustments, inlets and miscellaneous structures protect the 9 bottom using wood forms shaped to fit so that no debris blocks the invert or the 10 inlet or outlet piping in during adjustments. 11 a. Do not use anymore than a 2-piece bottom. 12 3. Use the least number of grade rings necessary to meet required grade. 13 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 14 rings. 15 b. The maximum height of adjustment shall be no more than 12 inches for any 16 combination of grade rings. If 12 inches is required, use 3 — 4 inch rings. 17 B. Valve Boxes 18 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 19 the Drawings. 20 C. Backfill and Grading 21 1. Backfill area of excavation surrounding each adjustment in accordance to Section 22 3305 10. 23 D. Pavement Repair 24 1. If required pavement repair is to be performed in accordance with Section 32 01 17 25 or Section 32 0129. 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 05 14 - 8 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 8 of 8 1 DATE NAME 12/20/2012 D. Johnson 9/20/2017 W. Norwood 2 3/11/2022 M Owen END OF SECTION Revis ion Log SUMMARYOF CHANGE 1.2.A— Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings Add measurement and payment section for meter box adjustment CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 33 0517 CONCRETE COLLARS 33 05 17 -1 CONCRETE COLLARS Page 1 of 4 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. Concrete Collars for Valves 8 3. These Items are intended for use in asphalt streets and unimproved areas — not for 9 use in concrete streets. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1— General Requirements 16 3. Section 03 30 00 — Cast -In -Place Concrete 17 4. Section 03 80 00 — Modifications to Existing Concrete Structures 18 5. Section 33 05 13 — Frame, Cover, and Grade Rings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each "Concrete Collar for 27 Manhole" installed. 28 c. The price bid will include: 29 1) Concrete Collar 30 2) Excavation 31 3) Forms 32 4) Reinforcing steel (if required) 33 5) Concrete 34 6) Backfill 35 7) Pavement removal 36 8) Hauling 37 9) Disposal of excess material 38 10) Placement and compaction of backfill 39 11) Clean-up 40 12) Additional pavement around perimeter of concrete collar as required for 41 rim adjustment on existing manhole. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 33 05 17 -2 CONCRETE COLLARS Page 2 of 4 2. Valve 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 "Concrete Collar for Valve" installed. c. The price bid will include: 1) Concrete Collar 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Pavement removal 8) Hauling 9) Disposal of excess material 10) Placement and compaction of backfill 11) Clean-up 12) Additional pavement around perimeter of concrete collar as required for rim adjustment on existing manhole. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 RaceTrac Risinger City Project No. 105656 33 05 17 - 3 CONCRETE COLLARS Page 3 of 4 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED JoR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 21 A. Materials 22 1. Concrete —Conform to Section 03 30 00. 23 2. Reinforcing Steel —Conform to Section 03 2100. 24 3. Frame and Cover —Conform to Section 33 05 13. 25 4. Grade Ring — Conform to Section 33 05 13. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 33 05 17 -4 CONCRETE COLLARS Page 4 of 4 A. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. c. Sono Tube or approved equivalent maybe used to perform the adjustment as substitute for grade rings. 2. Set frame on top of manhole or grade rings using continuous water sealant o clean smooth surface (when sono tube is used in lieu of grade rings, sealant is not required). 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 R&INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 12/20/2012 D. Johnson 1.1.A.2 — Blue text added to clarify where concrete collars are to be installed. 3/11/2022 M Owen Added measurement and payment for"Concrete Collar for Valve" and provided option to use Sono tube or approvedequal product in lieu of grade rings CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 SECTION 33 05 20 AUGER BORING PART1- GENERAL 1.1 SUMMARY 330520-1 AUGER BORING Page 1 of 7 A. Section Includes: 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with lengths less than 350 feet at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 22 — Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to steel casing pipe construction. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation 1. Provide written notice to the City at least 3 workings days in advance of the planned launch of auger boring operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330520-2 AUGER BORING Page 2 of 7 B. All submittals shall be approved by the City prior to delivery. 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. Qualifications Contractor a. All boring work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 boring projects of similar diameter and ground conditions. 1) At least 1 of the projects shall have an individual boring length equal to or greater in length than the longest tunnel on this project. 2) Submit details of referenced projects including owner's name and contact information, project superintendent and machine operators. b. The project superintendent shall have at least 5 years of experience supervising boring construction. 1) The Contractor may be required to submit details of referenced project including owner's name, contact information and project superintendent. c. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel construction and shall have current certification by OSHA. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Steel Casing Pipe shall be in accordance with Section 33 05 22. 2. Tunnel Liner Plate is not permitted for use with Auger Boring. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports anticipated 2. Tolerance a. Pressurized Carrier pipe CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330520-3 AUGER BORING Page 3 of 7 1) Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of finch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b. Gravity Carrier Pipe 1) Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. 2) Grades shown on Drawings must be maintained vertically. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities or surface features (i.e. pavement, structures, railroad tracks, etc.) b. Repair any damage caused by ground movements at no cost to the City. 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. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2. Complete pit excavations and support systems for each drive in accordance with the requirements of the Specifications. 3.4 INSTALLATION A. General 1. Immediately notify the City if any problems are encountered with equipment or materials or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330520-4 AUGER BORING Page 4 of 7 2. Where pipe is required to be installed under railroad embankments or under highways, streets or other facilities, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway or other facility, and so as not to weaken or damage any embankment or structure. 3. During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians until such time as the backfill has been completed and then remove from the site. 4. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 5. Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 6. Promptly clean up, remove and dispose of any spoil or slurry spillage. 7. Do not disturb roadways, railroads, canal channels, adjacent structures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. 9. Notify the Texas One Call system (800-245-4545) to request marking of utilities by utility owners / operators that subscribe to One Call, and shall individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that all requested locates are made prior to commencing boring operations. b. Visually confirm and stake necessary existing lines, cables, or other underground facilities including exposing necessary crossing utilities and utilities within 10 feet laterally of the designed tunnel. c. Control drilling and grouting practices to prevent damage to existing utilities. B. Boring Methods 1. Tunnel liner plate shall not be used for auger boring. 2. The Contractor shall be fully responsible for insuring the methods used are adequate for the protection of workers, pipe, property and the public and to provide a finished product as required. 3. Blasting is not allowed. C. Pits and Trenches 1. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330520-5 AUGER BORING Page 5 of 7 3. The location of the pit shall meet the approval of the City. 4. The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Section 33 05 10 immediately after the casing and carrier pipe installation has been completed. D. Boring 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and workmen. 3. Pilot Hole, required for 24-inch and larger casings a. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated material near the top of the working pit and disposed of as required. 1) If no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to: a. Consolidate cuttings of the bit b. Seal the walls of the hole c. Furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6. Allowable variation from the line and grade shall be as specified in this Specification. 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure grouted. E. Contact Grouting 1. Contact grout any voids caused by or encountered during the boring. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. F. Control of Line and Grade 1. Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330520-6 AUGER BORING Page 6 of 7 3.5 CLEANUP AND RESTORATION A. After completion of the boring, all construction debris, spoils, oil, grease and other materials shall be removed from the pipe, pits and all work areas. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or boring. 2. Any property damaged or destroyed shall be restored to a condition equal to or better than existing prior to construction. 3. Restoration shall be completed no later than 30 days after boring is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Field Tests and Inspections Allow access to the City and furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection, including, but not limited to the following: a. The City shall have access to the boring system prior to, during and following all boring operations. b. The City shall have access to the tunneling shafts prior to, during and following all boring operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed from the boring excavation prior to, during and following all boring operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. B. Safety The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject to applicable local, State and Federal regulations. 3. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330520-7 AUGER BORING Page 7 of 7 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 4. Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State and Local agencies. 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a. In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330521-1 TUNNEL LINER PLATE SECTION 33 05 21 TUNNEL LINER PLATE PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 5 1. Minimum requirements for manufacturing, furnishing and transporting Tunnel Liner Plate to be used for excavation support as installed By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 23 — Hand Tunneling 4. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment a. Measurement 1) Measured horizontally along the surface for the length of Tunnel Liner Plate installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various Sizes 2) 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 "Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of backfill CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330521-2 TUNNEL LINER PLATE Page 2 of 5 10) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. LRFD, Bridge Design Manual, Section 12.13 b. M190, Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches. 3. American Society of Testing and Materials (ASTM): a. A123, Standard Specification for Zinc (Hot- Dip Galvanized) Coating on Iron and Steel Products. b. A153, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware. c. A1011, Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Los -Alloy with Improved Formability, and Ultra -High Strength. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Tunnel Liner Plate and fasteners a. Material data 2. Exterior Coating a. Material data b. Field touch-up procedures 3. Grout Mix a. Material data B. Shop Drawings 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed Engineer in the State of Texas. 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 3. Grout coupling location and spacing CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330521-3 TUNNEL LINER PLATE Page 3 of 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle and store Tunnel Liner Plate in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00, and/or as specified herein. a. The manufacturer must comply with this Specification and related Sections. b. Manufactured by Contech Construction Products, Inc., American Commercial Inc., or approved equal. 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. Design Criteria a. Manufacturer to design Tunnel Liner Plate in accordance with the methods and criteria as specified in AASHTO LRFD, Bridge Design Manual, Section 12.13. b. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. c. Allow a maximum deflection of 3 percent. d. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength and resistance to deflection. C. Materials Tunnel Liner Plate a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets conforming to the requirements of ASTM A1011. 1) Potable and Reclaimed Water carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b) Coated (1) Plate to be coated with a bituminous coating meeting the performance requirements of AASHTO M190 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330521-4 TUNNEL LINER PLATE Page 4 of 5 (2) Uniformly coat pipe inside and out to minimum thickness of 0.05 inches, measured on crests of corrugations. 2) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b. Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO LRFD, Bridge Design Manual, Section 12.13. 1) Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 2) Bolts and nuts shall be galvanized to conform to ASTM A153. 3) Where groundwater is encountered gasketed liner plates shall be used. 4) Plates shall be of uniform fabrication and those intended for 1 size tunnel shall be interchangeable. 5) Field welding of Tunnel Liner Plate, including grout couplings shall not be allowed. 6) The material used for the construction of these plates shall be new, unused and suitable for the purpose intended. 7) Minimum thickness of Tunnel Liner Plate shall be as follows*: 2-Flanged Liner I 4-Flanged Liner Tunnel Plate Thickness Plate Thickness Diameter (gauge) (gauge) (inches) Bury Depth: 8 feet —16 feet 48 14 12 54 14 12 60 14 11 66 12 10 72 12 8 Greater than 72 Project Specific Project Specific Design Design *The information in the above table is based on the following assumptions: AASHTO Section 16: "Steel Tunnel Liner Plates", H2O loading angle of 0 and bury depth of 8 feet to 16 feet. For projects not meeting these assumptions, a specific design should be performed to determine the appropriate thickness for the liner plate. 2. Casing Insulators a. Casing insulators shall be used for this project in accordance with Section 33 05 24. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330521-5 TUNNEL LINER PLATE Page 5 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 33 05 23. B. Carrier pipe shall be installed inside Tunnel Liner Plate in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the Tunnel Liner Plate shall be performed in accordance with Section 33 05 23. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.3.A.3 — AASHTO reference updated to current publication CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 SECTION 33 05 22 STEEL CASING PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 330522-1 STEEL CASING PIPE Page 1 of 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 20 — Auger Boring 5. Section 33 05 23 — Hand Tunneling 6. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Open Cut' installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfill 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330522-2 STEEL CASING PIPE Page 2 of 6 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Other than Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of backfill 10) Clean-up IK= I0IWDI7OQto] Oki 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. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330522-3 STEEL CASING PIPE Page 3 of 6 a. Material data b. Field touch-up procedures B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2. Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 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. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330522-4 STEEL CASING PIPE Page 4 of 6 a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter Minimum Wall Thickness (inches) (inches) 14 — 18 .3125 (5/16) 20 — 24 .375 (3/8) 26 — 32 .5 (1/2) 34 — 42 .625 (5/8) 44 — 48 .6875 (11/16) Greater than 48 Project specific design 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330522-5 STEEL CASING PIPE Page 5 of 6 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of f 2'/z degrees and with a width of root face l/16 inch f 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. 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. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press -fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press -fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330522-6 STEEL CASING PIPE Page 6 of 6 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 33 05 23 or Section 33 05 20. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•A — Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 SECTION 33 05 23 HAND TUNNELING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 330523-1 HAND TUNNELING Page 1 of 10 1. Minimum requirements for Hand Tunneling using tunnel liner plate or casing pipe at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 21 — Tunnel Liner Plate 4. Section 33 05 22 — Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe installation. 2. Payment a. The work performed and materials furnished in accordance with this Item are considered subsidiary the unit price bid per linear foot of By Other than Open Cut installation of Tunnel Liner plate or Steel Casing to be completed in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. HB-17, Standard Specifications for Highway Bridges. 3. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 33 05 23 -2 HAND TUNNELING Page 2 of 10 1. The Contractor shall provide written notice to the City at least 72 hours in advance of the planned launch of tunneling operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Shop Drawings Submit the following, when required by the Contract Documents: a. Detailed description of the methods and equipment to be used in completing each reach of tunnel b. Description of the survey methods that will be used to ensure that the tunnel is advanced as shown on the Drawings and within the line and grade tolerances specified c. Shaft layout drawings 1) Detailing dimensions and locations of all equipment, including overall work area boundaries, crane, front-end loader, forklift, spoil stockpiles, spoil hauling equipment, pumps, generator, pipe storage area, tool trailer or containers, fences, and staging area 2) Shaft layout drawings will be required for all shaft locations and shall be to scale, or show correct dimensions. 3) Layout such that all equipment and operations shall be completely contained within the allowable construction areas shown on the Drawings d. Schedule in accordance with Division 1 to include the following activities as independent items: 1) Mobilization 2) Shaft excavation and support 3) Water control at shafts 4) Working slab construction 5) Thrust wall construction 6) Tunneling 7) Shaft backfill 8) Site restoration 9) Cleanup 10) Demobilization 2. For all projects, provide the following for Contact Grouting: a. Contact Grouting (outside of casing) Work Plan and Methods including: 1) Grouting methods 2) Details of equipment 3) Grouting procedures and sequences including: a) Injection methods b) Injection pressures c) Monitoring and recording equipment d) Pressure gauge calibration data e) Materials 4) Grout mix details including: a) Proportions b) Admixtures including: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330523-3 HAND TUNNELING Page 3 of 10 (1) Manufacturer's literature (2) Laboratory test data verifying the strength of the proposed grout mix (3) Proposed grout densities (4) Viscosity (5) Initial set time of grout (a) Data for these requirements shall be derived from trial batches from an approved testing laboratory. 5) Submit a minimum of 3 other similar projects where the proposed grout mix design was used. 6) Submit anticipated volumes of grout to be pumped for each application and reach grouted. B. Daily Records 1. Submit samples of the tunneling logs or records to be used at least 7 days prior to beginning Hand Tunneling. 2. Submit daily records to the City's Inspector by noon on the day following the shift for which the data or records were taken. 3. Daily records shall include: a. Date b. Time c. Name of operator d. Tunnel drive identification e. Installed liner ring and corresponding tunnel length £ Time required to tunnel each ring g. Time required to set subsequent ring h. Spoil volumes (muck carts per liner ring and estimated volume of spoil in each muck cart) i. Grout volumes and pressures j. Soil conditions, including occurrences of unstable soils and estimated groundwater inflow rates, if any k. Line and grade offsets 1. Any movement of the guidance system in. Problems encountered during tunneling n. Durations and reasons for delays o. Manually recorded observations made: 1) At intervals of not less than 2 every 5 feet 2) As conditions change 3) As directed by the City and/or Engineer 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Failure to meet the qualification requirements is failure to fulfill the Contract and the Contractor will be required to obtain a subcontractor that meets the qualification requirements. 2. Contractor CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 33 05 23 -4 HAND TUNNELING Page 4 of 10 a. All tunneling work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 projects of similar diameter in similar ground conditions. 3. All Work by the Contractor shall be done in the presence of the City unless the City grants prior written approval to perform such work in City's absence. 4. The Contractor shall allow access to the City and/or Engineer and shall furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection including, but not limited to, the following: a. The City and/or Engineer shall have access to the tunneling system prior to, during and following all tunneling operations. b. The City and/or Engineer shall have access to the tunneling shafts prior to, during and following all tunneling operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City and/or Engineer shall have access to spoils removed from the tunnel excavation prior to, during and following all tunneling operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 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. Description 1. Tunnel Liner Plate shall be in accordance with Section 33 05 21. 2. Casing Pipe shall be in accordance with Section 33 05 22. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports 2. Tolerance a. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. b. Maintain a maximum of %2 inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. c. The tunnel diameter shall not be greater than 2 inches larger than the casing/liner outer diameter (O.D.). CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330523-5 HAND TUNNELING Page 5 of 10 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities and facilities. b. Repair any damage caused by ground movements at no cost to the City. 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. Tunneling shall not begin until the following have been completed: 1. All required submittals have been made and the City and/or Engineer has reviewed and accepted all submittals. 2. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. 3. Shaft excavations and support systems for each drive completed in accordance with the requirements of the Specifications. 4. Site safety representative has prepared a code of safe practices in accordance with OSHA requirements. a. Provide the Engineer and Owner with a copy of each prior to starting shaft construction or tunneling. b. Hold safety meetings and provide safety instruction for new employees as required by OSHA. 5. All specified settlement monitoring points have been installed, approved and baselined in accordance with the Contract Documents. B. Verification of Stability 1. Confirm that the ground will remain stable without movement of soil or water while the entry/exit location shoring is removed and while the tunnel is launched or received into a shaft. 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: a. Prevent the inflow of weak, running or flowing soils. b. Prevent the inflow of loose rock. c. Prevent and control groundwater inflows. 3.4 INSTALLATION A. Tunnel Methods CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330523-6 HAND TUNNELING Page 6 of 10 1. Tunnel liner plate shall not be used where bore or jack methods are used, or where not allowed on the Drawings or permits. 2. The Contractor shall be fully responsible to: a. Ensure the methods used are adequate for the protection of workers, pipe, property and the public b. Provide a finished product as required. B. General 1. The Contractor shall immediately notify the City, in writing, if and when any problems are encountered with equipment or materials, or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. 2. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of Specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 3. Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 4. Promptly clean up. Remove and dispose of any spoil or slurry spillage. 5. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. C. Installation with Steel Casing Pipe 1. Jack the pipe from the low or downstream end, unless specified otherwise. a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. 1) When operating jacks, apply pressure evenly. b. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. c. Provide a suitable jacking frame or back stop. d. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. e. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. f. In general, excavate embankment material just ahead of the pipe and remove material through the pipe. g. Force the pipe through the embankment with jacks into the space excavated. 2. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. a. Provide a clearance of not more than 2 inches for the upper half of the pipe. 1) This clearance shall be tapered off to 0 at the point where the excavation conforms to the contour of the pipe. b. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2 feet in any case. 1) Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330523-7 HAND TUNNELING Page 7 of 10 3. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. 4. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. a. Remove and replace any pipe damaged in the jacking operations. b. The Contractor shall absorb the entire expense. D. Installation with Tunnel Liner Plate 1. Install the tunnel liner plates to the limits indicated on the Drawings and as specified in AASHTO HB-17, Section II-26, Construction of Tunnels Using Steel Tunnel Liner Plates. a. Assemble liner plates into circumferential rings. b. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel. 2. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. a. Maintain a maximum of %2 inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. 3. Liner plate installation shall proceed as closely as possible behind the excavation. a. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tunnel liner plate. b. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. c. Casing/Tunnel liner plate shall not be allowed to deflect vertically during installation. 4. Tunneling operations shall control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. In no case shall ground movements cause damage to adjacent structures, roadways, or utilities. b. The Contractor shall repair any damage resulting from construction activities, at no additional cost to the City and without extensions of schedule for completion. E. Contact Grouting 1. Pressure grout any voids caused by or encountered during the tunneling. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. 2. Install contact grout in the void space between the outside of the casing/tunnel liner and the excavation. a. For tunnel liner plate, install pressure grout mix at the end of each work day or more often, as conditions warrant. 3. Install pressure grouting through grout fittings for the casing/tunnel liner plate 48- inches in diameter or larger. a. Grout fittings shall be fabricated into tunnel liner plate at a maximum spacing of 6 feet. b. Remove and plug grout fittings after pressure grouting. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330523-8 HAND TUNNELING Page 8 of 10 4. Install pressure grout from the low end for all crossings where grout fittings are not used. a. Seal the low end and pressure grout until grout is extruded from the opposite end. F. Control of Line and Grade 1. Confirm that all established benchmarks and control points provided for the Contractor's use are accurate. a. Use these benchmarks to furnish and maintain all reference lines and grades for tunneling. b. Use lines and grades to establish the location of the pipe using a laser or theodolite guidance system. c. Submit to the City copies of field notes used to establish all lines and grades and allow the Engineer to check guidance system setup prior to beginning each tunneling drive. d. Provide access for the City to perform survey checks of the guidance system and the line and grade of the carrier pipe on a daily basis during tunneling operations. e. The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 2. The casing/tunnel liner shall be installed in accordance with the following tolerances: a. Variations from design line or grade: f 2 inches maximum 1) If the installation is off line or grade, make the necessary corrections and return to the design alignment and grade at a rate of not more than 1 inch per 25 feet. 3. Monitor line and grade continuously during tunneling operations. a. Record deviation with respect to design line and grade once at each pipe joint and submit records to Engineer daily. 4. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. G. Obstructions 1. If the tunneling operations should encounter an object or condition that impedes the forward progress of the shield, notify the City immediately. 2. Correct the condition and remove, clear or otherwise make it possible for the shield to advance past any objects or obstructions that impede forward progress. 3. Proceed with removal of the object or obstruction by methods submitted by the Contractor and accepted by the City and/or Engineer. 4. Compensation a. The Contractor will receive compensation by change order for removal of obstructions, as defined as metallic debris, reinforced concrete, rocks, whole trees and other hard objects with a maximum dimension larger than 50 percent of the outer diameter of the shield which: 1) Cannot be broken up by the cutting tools with diligent effort, and 2) Are located partially or wholly within the cross -sectional area of the bore 3) Contain utilities or ditch lines located longitudinally within the tunnel horizon CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330523-9 HAND TUNNELING Page 9 of 10 b. Payment will be negotiated with the Contractor on a case -by -case basis. c. The City and/or Engineer shall be provided an opportunity to view obstruction prior to removal. 1) Any removal process that does not allow direct inspection of the nature and position of the obstruction will not be considered for payment. d. No additional compensation will be allowed for removing, clearing or otherwise making it possible for the shield to advance past objects consisting of cobbles, boulders, wood, reinforced concrete, and other objects or debris with maximum lateral dimensions less than 50 percent of the outer diameter of the shield. fc���1 � DI�►1117�►1 �7;7 xyl CI];7:�1 Y [�7�1 A. After completion of the tunneling, all construction debris, spoils, oil, grease and other materials shall be removed from the tunneling pipe, shafts and all work areas. 1. Cleaning shall be incidental to the construction. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or tunneling. 2. Any property damaged or destroyed, shall be restored to a condition equal to or better than that to which it existed prior to construction. 3. Restoration shall be completed no later than 30 days after tunneling is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Safety 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject to applicable local, State, and Federal regulations. 2. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 3. Perform all Work in accordance with all current applicable regulations and safety requirements of the Federal, State, and Local agencies. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a. In the event of conflict, comply with the more stringent requirements. 4. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330523 -10 HAND TUNNELING Page 10 of 10 a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 0130 — Sewer and Manhole Testing 15 4. Section 33 11 13 - Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 19 a. Measurement 20 1) Measured horizontally along the surface from centerline to centerline of the 21 beginning of the casing/liner to the end of the casing/liner 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: 26 a) Various Sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel 29 Liner Plate as specified by the Drawings 30 2) Mobilization 31 3) Grout 32 4) Casing Spacers 33 5) End seals 34 6) Excavation 35 7) Hauling 36 8) Disposal of excess material 37 9) Clean-up 38 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 39 a. Measurement 40 1) Measured horizontally along the surface from centerline to centerline of the 41 beginning of the casing/liner to the end of the casing/liner Payment CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9.2022 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement" shall be paid for at the 4 unit price bid per linear foot for "Water Carrier Pipe" complete in place for: 5 a) Various Sizes 6 c. The price bid shall include: 7 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 8 as specified by the Drawings 9 2) Mobilization 10 3) Grout 11 4) Joint restraint 12 5) Casing Spacers 13 6) End seals 14 7) Excavation 15 8) Hauling 16 9) Disposal of excess material 17 10) Clean-up 18 1.3 REFERENCES 19 A. Definitions 20 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 21 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 22 ground and provides a stable underground excavation for installation of the carrier 23 pipe 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. American Society of Testing and Materials (ASTM) 29 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 30 Specimens. 31 b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 32 Mortars (Using 2-in or [50 mm] Cube Specimens). 33 c. D638, Standard Test Method for Tensile Properties of Plastics. 34 3. International Organization for Standardization (ISO): 35 a. 9001, Quality Management Systems -Requirements. 36 4. Occupational Safety and Health Administration (OSHA) 37 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 38 1926, Subpart S, Underground Construction and Subpart P, Excavation. 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 0133 00. 42 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9.2022 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Casing Isolators/Spacers 4 a. Material Data 5 2. Grout Mix 6 a. Material Data 7 B. Shop Drawings 8 1. Required for 24-inch and larger pipe installations 9 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 10 construction methods to be employed. 11 3. Casing Spacers/Isolators 12 a. Detail drawings and manufacturer's information for the casing isolators/spacers 13 that will be used. 14 1) Include dimension and component materials and documentation of 15 manufacturer's ISO 9001:2000 certification. 16 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 17 by -case basis. 18 c. For consideration of alternate method, submit a detailed description of method 19 including details. 20 4. End seal or bulkhead designs and locations for casing/liners. 21 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 22 Plan and Methods including: 23 a. Grouting methods 24 b. Details of equipment 25 c. Grouting procedures and sequences including: 26 1) Injection methods 27 2) Injection pressures 28 3) Monitoring and recording equipment 29 4) Pressure gauge calibration data 30 5) Materials 31 d. Grout mix details including: 32 1) Proportions 33 2) Admixtures including: 34 a) Manufacturer's literature 35 b) Laboratory test data verifying the strength of the proposed grout mix 36 c) Proposed grout densities 37 d) Viscosity 38 e) Initial set time of grout 39 (1) Data for these requirements shall be derived from trial batches from 40 an approved testing laboratory. 41 e. Submit a minimum of 3 other similar projects where the proposed grout mix 42 design was used. 43 £ Submit anticipated volumes of grout to be pumped for each application and 44 reach grouted. 45 g. For pipe installations greater than 36-inches, without hold down jacks or a 46 restrained spacer, provide buoyant force calculations during grouting and 47 measures to prevent flotation. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9.2022 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 1 1) Calculations sealed by a licensed Engineer in the State of Texas. 2 h. Description of methods and devices to prevent buckling of carrier pipe during 3 grouting of annular space, if required 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Certifications 8 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 9 ISO9001:2000. 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 MATERIALS 16 A. Manufacturers 17 1. Only the manufacturers as listed on the City's Standard Products List will be 18 considered as shown in Section 0160 00. 19 a. The manufacturer must comply with this Specification and related Sections. 20 2. Any product that is not listed on the Standard Products List is considered a 21 substitution and shall be submitted in accordance with Section 0125 00. 22 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 23 regularly engaged in the manufacturing of casing spacers/isolators. 24 B. Design Criteria and Materials 25 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 26 indicated in PART 3 of this Specification, incorporating all support/insulator 27 dimensions required. Diameter Specification (inches) Material Reference Water Line 6-12 DIP (Restrained) 33 11 10 16-20 24 and greater Sanitary Sewer Line 8-16 18 and greater DIP (Restrained) AWWA C303 (Restrained) DIP (Restrained) AWWA C303 (Restrained) AWWA C301 (Restrained) DIP (with Ceramic Epoxy) DIP (with Ceramic Epoxy) Fiberglass 33 11 10 33 11 13 33 11 10 33 11 13 33 11 15 33 11 10 33 11 10 33 31 13 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9.2022 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 10 1 2. Grout of annular space 2 a. For gravity sewer carrier pipe installation: 3 1) Fill all voids between the carrier pipe and the casing or liner with grout. 4 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 5 shall be in contact with the grout. 6 b. For water line installation: 7 1) No annular space fill will be used. 8 3. Grout Mixes 9 a. Low Density Cellular Grout (LDCC) 10 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be 11 LDCC. 12 2) The LDCC shall be portland cement -based grout mix with the addition of a 13 foaming agent designed for this application. 14 3) Develop 1 or more grout mixes designed to completely fill the annular 15 space based on the following requirements: 16 a) Provide adequate retardation to completely fill the annular space in 1 17 monolithic pour. 18 b) Provide less than 1 percent shrinkage by volume. 19 c) Compressive Strength 20 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 21 d) Design grout mix with the proper density and use proper methods to 22 prevent floating of the carrier pipe. 23 e) Proportion grout to flow and to completely fill all voids between the 24 carrier pipe and the casing or liner. 25 4. End Seals 26 a. Provide end seals at each end of the casing or liner to contain the grout backfill 27 or to close the casing/liner ends to prevent the inflow of water or soil. 28 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 29 PL Link Seal as manufactured by the Thunderline Corporation or approved 30 equal. 31 2) For water piping 24-inch diameter and greater, use pull -on, 1/8 inch thick, 32 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 33 Insulator, Inc. or approved equal. 34 3) For sewer piping, no end seals are required since the annular space between 35 the carrier pipe and the casing will be grouted. 36 b. Design end seals to withstand the anticipated soil or grouting pressure and be 37 watertight to prevent groundwater from entering the casing. 38 5. Casing Spacers/Insulators 39 a. Provide casing spacers/insulators to support the carrier pipe during installation 40 and grouting (where grout is used). 41 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing 42 spacers/isolators. 43 2) Mortar bands shall be in accordance with Section 33 11 13. 44 b. Casing Spacers/Isolators material and properties: 45 1) Shall be minimum 14 gage 46 2) For water pipe, utilize Stainless Steel. 47 3) For sewer pipe, utilize Coated Steel. 48 4) Suitable for supporting weight of carrier pipe without deformation or 49 collapse during installation CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9.2022 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 10 1 c. Provide restrained -style casing spacers to hold all pipes stable during grouting 2 operations and prevent floating or movement. 3 d. Provide dielectric strength sufficient to electrically isolate each component 4 from one another and from the casing. 5 e. Design risers for appropriate loads, and, as a minimum: 6 1) Provide 10 gage steel risers 7 a) Provide stainless steel bands and risers for water installations. 8 f. Band material and criteria 9 1) Provide polyvinyl chloride inner liner with: 10 a) Minimum thickness of 0.09 inches 11 b) Durometer "A" of 85-90 hardness 12 c) Minimum dielectric strength of 58,000 volts 13 g. Runner material and criteria 14 1) Provide pressure -molded glass reinforced polymer or UHMW with: 15 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 16 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 17 steel studs. 18 3) Runner studs and nuts shall be recessed well below the wearing surface of 19 the runner 20 a) Fill recess with a corrosion inhibiting filler. 21 h. Riser height 22 1) Provide sufficient height with attached runner allow a minimum clearance 23 of 2 inches between the outside of carrier pipe bells or couplings and the 24 inside of the casing liner surface. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. General 33 1. Carrier pipe installation shall not begin until the following tasks have been 34 completed: 35 a. All required submittals have been provided, reviewed and accepted. 36 b. All casing/liner joints are watertight and no water is entering casing or liner 37 from any sources. 38 c. All contact grouting is complete. 39 d. Casing/liner alignment record drawings have been submitted and accepted by 40 City to document deviations due to casing/liner installation. 41 e. Site safety representative has prepared a code of safe practices and an 42 emergency plan in accordance with applicable requirements. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9.2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 2. The carrier pipe shall be installed within the casings or liners between the limits indicated on the Drawings, to the specified lines and grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities and the public. B. Control of Line and Grade 1. Install Carrier pipe inside the steel casing within the following tolerances: a. Horizontal 1) 12 inches from design line b. Vertical 1) ±1 inch from design grade 2. Check line and grade set up prior to beginning carrier pipe installation. 3. Perform survey checks of line -and -grade of carrier pipe during installation operations. 4. The Contractor is fully responsible for the accuracy of the installation and the correction of it, as required. a. Where the carrier pipe installation does not satisfy the specified tolerances, correct the installation, including if necessary, redesign of the pipe or structures at no additional cost to City. C. Installation of Carrier Pipe 1. Pipe Installation a. Remove all loose soil from casing or liner. b. Grind smooth all rough welds at casing joints. 2. Installation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent flotation, movement or damage to the pipe during installation and grout backfill placement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. c. Correctly assemble, evenly tighten and prevent damage during tightening of the insulators and pipe insertion. d. Install spacers in accordance with manufacturer's recommendations. e. Install carrier pipe so that there is no metallic contact between the carrier pipe and the casing. f. Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing/liner in a manner that could damage the pipe or coatings. 1) If guide rails are allowed, place cement mortar on both sides of the rails. g. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to minimize friction when installing the carrier pipe. h. The carrier pipe shall be electrically isolated from the carrier pipe and from the casing. i. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. j. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. 3. Insulator Spacing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9.2022 RaceTrac Risinger City Project No. 105656 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 1 a. Maximum distance between spacers is to be 6 feet. 2 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 3 1) Install 2 spacers within 1 foot on each side of the bell or flange. 4 2) Remaining 2 spacers shall be spaced equally. 5 c. If the casing or pipe is angled or bent, reduce the spacing. 6 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 7 of size of casing and pipe or type of spacer used. 8 e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 9 spigot into the bell. 10 4. After installation of the carrier pipe: 11 a. Mortar inside and outside of the joints, as applicable 12 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 13 1) If continuity exists, remedy the short, by all means necessary including 14 removing and reinstalling the carrier pipe, prior to applying cellular grout. 15 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 16 casing. 17 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 18 of pipe will only be allowed after grouting of annular space is complete. 19 D. Installation of End Seals 20 1. For Water Pipes 21 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 22 b. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the 23 casing. Securely fasten with stainless steel bands. 24 2. For Sewer Pipes 25 a. Grout annular space between carrier pipe and casing as indicated in this 26 Specification. 27 E. Annular Space Grouting (For Sewer Only) 28 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 29 operation as necessary. 30 2. Mixing of Grout 31 a. Mix material in equipment of sufficient size to provide the desired amount of 32 grout material for each stage in a single operation. 33 1) The equipment shall be capable of mixing the grout at the required densities 34 for the approved procedure and shall be capable of changing the densities 35 as required by field conditions. 36 3. Backfill Annular Space with Grout 37 a. Prior to filling of the annular space, test the carrier pipe in accordance with 38 Section 33 0130. 39 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 40 do not exceed this pressure. 41 c. After the installation of the carrier pipe, the remaining space (all voids) between 42 the casing/liner and the carrier shall be filled with LDCC grout. 43 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 44 be in contact with the grout. 45 2) Grout shall be pumped through a pipe or hose. 46 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 47 pipe during grouting. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9.2022 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 10 1 4. Injection of LDCC Grout 2 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 3 approved recommendations or 5 psi (whichever is lower). 4 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 5 velocity and pressure compatible with the size/volume of the annular space. 6 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 7 grouting procedures require multiple stages. 8 d. Grout placements shall not be terminated until the estimated annular volume of 9 grout has been injected. 10 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 11 6. Protect and preserve the interior surfaces of the casing from damage. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [oR] SITE QUALITY CONTROL 15 A. Reports and Records required for pipe installations greater than 48-inches and longer 16 than 350 feet 17 1. Maintain and submit daily logs of grouting operations. 18 a. Include: 19 1) Grouting locations 20 2) Pressures 21 3) Volumes 22 4) Grout mix pumped 23 5) Time of pumping 24 2. Note any problems or unusual observations on logs. 25 B. Grout Strength Tests 26 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 27 cylinder molds or grout cubes obtained during grouting operations. 28 2. City will perform field sampling during annular space grouting. 29 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 30 cubic yards of grout injected but not less than 1 set for each grouting shift. 31 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 32 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 33 c. Remaining samples shall be tested as directed by City. 34 C. Safety 35 1. The Contractor is responsible for safety on the job site. 36 a. Perform all Work in accordance with the current applicable regulations of the 37 Federal, State and local agencies. 38 b. In the event of conflict, comply with the more restrictive applicable 39 requirement. 40 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 41 shafts/pits. 42 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 43 applicable local, State and Federal regulations. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9.2022 330524-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 1 3. Methods of construction shall be such as to ensure the safety of the Work, 2 Contractor's and other employees on site and the public. 3 4. Furnish and operate a temporary ventilation system in accordance with applicable 4 safety requirements when personnel are underground. 5 a. Perform all required air and gas monitoring. 6 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 7 atmosphere free of toxic or flammable gasses in all underground work areas. 8 5. Perform all Work in accordance with all current applicable regulations and safety 9 requirements of the federal, state and local agencies. 10 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 11 Underground Construction and Subpart P, Excavations. 12 b. In the event of conflict, comply with the more stringent requirements. 13 6. If personnel will enter the pipe during construction, the Contractor shall develop an 14 emergency response plan for rescuing personnel trapped underground in a shaft 15 excavation or pipe. 16 a. Keep on -site all equipment required for emergency response in accordance with 17 the agency having jurisdiction 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 26 27 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.1 — Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification 1. LC — Added Concrete Pressure Pipe Specification reference. 6/19/2013 D. Johnson 2.2.B.5 — Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3 — Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. 12/9/2022 W Norwood CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9.2022 2.2 B. 1. Updated Carrier pipe table RaceTrac Risinger City Project No. 105656 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART1- GENERAL 1.1 SUMMARY 330526-1 UTILITY MARKERS/LOCATORS Page 1 of 4 A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for "Utility Markers". 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers (Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub -off 7) Color and Legends a) Potable water lines CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 4 (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 4 a. Buried Features 1) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330530-1 LOCATION OF EXISTING UTILITIES SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of. a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation for Existing Utilities" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication CFASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] IMt9i011.y0101RI113uI101►:\Ik1 A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication CFASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 1.2 — Added Measurement of Payment for Vacuum Excavation 12/20/2012 D. Johnson 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 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 nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised December 20, 2012 City Project No. 1056 331105-2 BOLTS, NUTS, AND GASKETS Page 2 of 7 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural Steel d. B 117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers American Water Works Association (AWWA): a. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. d. M11, Steel Pipe. e. M41, Ductile -Iron Pipe and Fittings. 6. Fastener Quality Act (FQA) a. Public Law 106-34 (P.L. 106-34) 7. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, Hand Tool Cleaning b. SP3, Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 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. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised December 20, 2012 City Project No. 1056 331105-3 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] 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 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 nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised December 20, 2012 City Project No. 1056 331105-4 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 C111/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Class l(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM Al93, 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 ANSFAWWA 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 nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised December 20, 2012 City Project No. 1056 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 nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised December 20, 2012 City Project No. 1056 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 ANSUAWWA C111/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 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 1/2-inch from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod 1. Install as part of joint harness assembly in accordance with AWWA Manual MI 1. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of/2-inch from the nuts. CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised December 20, 2012 City Project No. 1056 331105-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 5. W ap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp -edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a. For severely corrosive environments, an overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, overwrap may be applied to increase impact strength and electrical resistance. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised December 20, 2012 City Project No. 1056 33 11 10- 1 DUCTILE IRON PIPE Page 1 of 14 1 SECTION 33 1110 2 DUCTILE IRON PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 14 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 15 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 8. Section 33 1105 — Bolts, Nuts, and Gaskets 19 9. Section 33 11 11 — Ductile Iron Fittings 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Ductile Iron Pipe 23 a. Measurement 24 1) Measured horizontally along the surface from center line to center line of 25 the fitting, manhole, or appurtenance 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price bid per linear foot for "DIP" installed for: 30 a) Various sizes 31 b) Various types of backfill 32 c) Various linings 33 d) Various Depths, for miscellaneous sewer projects only 34 e) Various restraints 35 f) Various uses 36 c. The price bid shall include: 37 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 38 Drawings 39 2) Mobilization CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 17 1.3 REFERENCES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 RaceTrac Risinger City Project No. 105656 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 1 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 2 Enamel and Tape - Hot Applied. 3 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 4 c. M41, Ductile -Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute 6 (AWWA/ANSI): 7 a. C I04/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 8 b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 9 c. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 10 d. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 11 Threaded Flanges. 12 e. C I50/A21.50, Thickness Design of Ductile -Iron Pipe. 13 £ C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 14 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 15 7. NSF International (NSF): 16 a. 61, Drinking Water System Components -Health Effects. 17 8. Society for Protective Coatings (SSPC): 18 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Interior lining 27 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 28 C104/A21.4, including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint 33 a. Retainer glands, thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force main for 24-inch and greater diameters, including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surge pressure 42 c. Deflection CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2022 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 l 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 4 Professional Engineer in Texas including: 5 a. Pipe class 6 b. Joints type 7 c. Fittings 8 d. Stationing 9 e. Transitions 10 f. Joint deflection 11 C. Certificates 12 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 13 Section, each run of pipe furnished has met Specifications, all inspections have 14 been made, and that all tests have been performed in accordance with 15 AWWA/ANSI C151/A21.51. 16 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Qualifications 21 1. Manufacturers 22 a. Finished pipe shall be the product of 1 manufacturer. 23 1) Change orders, specials, and field changes may be provided by a different 24 manufacturer upon City approval. 25 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 26 under the control of the manufacturer. 27 c. Ductile Iron Pipe 28 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 29 a) Perform quality control tests and maintain results as outlined within 30 standard to assure compliance. 31 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 32 of at least 10 seconds. 33 B. Preconstruction Testing 34 1. The City may, at its own cost, subject random lengths of pipe for testing by an 35 independent laboratory for compliance with this Specification. 36 a. The compliance test shall be performed in the United States. 37 b. Any visible defects or failure to meet the quality standards herein will be 38 grounds for rejecting the entire order. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage and Handling Requirements 41 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 42 stated in AWWA M41. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2022 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 1 2. Secure and maintain a location to store the material in accordance with Section 0166 2 00. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART2- PRODUCTS 6 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI C150/A21.15, and AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe were cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 RaceTrac Risinger City Project No. 105656 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 3 construction, using the following parameters: 4 1) Unit Weight of Fill (w) = 130 pcf 5 2) Live Load = AASHTO HS 20 6 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions = Type 4 8 5) Working Pressure (PW) = 150 psi 9 6) Surge Allowance (Ps) = 100 psi 10 7) Design Internal Pressure (Pi) = PW + Ps or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure, whichever is greater. 12 a) Test Pressure = 13 (1) No less than 1.25 minimum times the stated working pressure (187 14 psi minimum) of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure (225 psi 17 minimum) at the lowest elevation of the test section. 18 8) Maximum Calculated Deflection (DX) = 3 percent 19 9) Restrained Joint Safety Factor (Sf) = 15 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 7. Provisions for Thrust 26 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings, corrosion resistant joints. 28 b. In addition to the mechanical joint restraint required for all bends and fittings, 29 horizontal and vertical bends shall be restrained by concrete thrust blocking 30 and by mechanical joint restraint along the length of the pipe, as recommended 31 by the pipe manufacturer, unless shown otherwise in the design drawings. 32 Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or 33 dimensions for concrete thrust blocking, shall be interpreted to mean the 34 exclusion of the other method of restraint, unless both methods are specifically 35 required in the plans. 36 c. No thrust restraint contribution shall be allowed for the restrained length of 37 pipe within the casing. 38 d. Restrained joints, when required, shall be used for a sufficient distance from 39 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 40 be developed at the design pressure of the pipe. For the purpose of thrust, the 41 following shall apply: 42 1) Valves shall be calculated as dead ends. 43 2) Design pressure shall be greater than the working pressure of the pipe or 44 the internal pressure (Pi) whichever is greater. 45 3) Restrained joints shall consist of approved mechanical restrained or push- 46 on restrained joints as listed in the City's Standard Products List as shown 47 in Section 0160 00. 48 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 49 resist thrust in accordance with the Drawings, AWWA M41, and the following: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2022 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 1 1) The weight of earth (We) shall be calculated as the weight of the projected 2 soil prism above the pipe, for unsaturated soil conditions. 3 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil 4 conditions 5 3) If indicated on the Drawings and the Geotechnical Borings that ground 6 water is expected, account for reduced soil density. 7 8. Joints 8 a. General — Comply with AWWA/ANSI CI I I/A21.11. 9 b. Push -On Joints 10 c. Mechanical Joints 11 d. Push -On Restrained Joints 12 1) Restraining Push -on joints by means of a special gasket 13 a) Only those products that are listed in Section 0160 00 14 b) The working pressure rating of the restrained gasket must exceed the 15 test pressure of the pipe line to be installed. 16 c) Approved for use of restraining Ductile Iron Pipe in casing with a 17 carrier pipe of 4-inches to 12-inches 18 d) Otherwise only approved if specially listed on the Drawings 19 2) Push -on Restrained Joint bell and spigot 20 a) Only those products list in the standard products list will be allowed for 21 the size listed in the standard products list per Section 01 60 00. 22 b) Pressure rating shall exceed the working and test pressure of the pipe 23 line. 24 e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 25 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 26 g. Field fabricated flanges are prohibited. 27 9. Gaskets 28 a. Provide Gaskets in accordance with Section 33 1105. 29 10. Isolation Flanges 30 a. Flanges required by the drawings to be Isolation Flanges shall conform to 31 Section 33 04 10. 32 11. Bolts and Nuts 33 a. Mechanical Joints 34 1) Provide bolts and nuts in accordance with Section 33 1105. 35 b. Flanged Ends 36 1) Meet requirements of AWWA C115. 37 a) Provide bolts and nuts in accordance with Section 33 1105. 38 12. Flange Coatings 39 a. Connections to Steel Flanges 40 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 41 Tape System in accordance with Section 33 1105. 42 13. Ductile Iron Pipe Exterior Coatings 43 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 44 pipe exterior, unless otherwise specified in the Contract Documents. 45 14. Polyethylene Encasement 46 a. All buried Ductile Iron Pipe shall be polyethylene encased. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 14 b. Only manufacturers listed in the City's Standard Products List as shown in Section 0160 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 RaceTrac Risinger City Project No. 105656 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 11 10-9 DUCTILE IRON PIPE Page 9 of 14 54 108 216 60 108 216 64 121 242 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI CI04/A21.O4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's Standard Products List as shown in Section 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. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 RaceTrac Risinger City Project No. 105656 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 10 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing, see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push -on Joints 36 a. Install Push -on joints as defined in AWWA/ANSI Cl l l/A21.11. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2022 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2022 RaceTrac Risinger City Project No. 105656 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 l i. Proceed with installation of next pipe in same manner. 2 3. Tubular Type (Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points; secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion -fashion lengthwise. 9 e. After completing joint, pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 11 by at least 1 foot; make each end snug and secure. 12 4. Sheet Type 13 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 14 section. 15 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 16 it until it clears the pipe ends. 17 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 18 quadrant of pipe. 19 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 20 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 21 of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint, make overlap and secure ends. 24 h. Repair cuts, tears, punctures or other damage to polyethylene. 25 i. Proceed with installation of next section of pipe in same manner. 26 5. Pipe -Shaped Appurtenances 27 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd -Shaped Appurtenances 30 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 31 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 32 sheet under appurtenances and bringing it up around body. 33 b. Make seams by bringing edges together, folding over twice and taping down. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, wrapped around 39 fitting to cover damaged area and secured in place. 40 8. Openings in Encasement 41 a. Provide openings for branches, service taps, blow -offs, air valves and similar 42 appurtenances by making an X-shaped cut in polyethylene and temporarily 43 folding back film. 44 b. After appurtenance is installed, tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene, with any 47 resulting damaged areas being repaired as described above. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2022 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 9. Junctions between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAIR/RESTORATION 8 A. Patching 9 1. Excessive field -patching is not permitted of lining or coating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not 11 exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general, there shall not be more than 1 patch on either the lining or the coating of 13 any 1 joint of pipe. 14 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortar as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2022 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.l.b. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.13.9, 10, 11 and 12 — Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets 12/9/2022 W Norwood 2.2 B. 7. Revised "Provisions for Thrust' section CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 9, 2022 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 C110/A21.10 are only allowed 29 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 30 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 31 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 32 body) Ductile Iron Fittings in lieu of AWWA/ANSI 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 20, 2017 33 1111 -2 DUCTILE IRON FITTINGS 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 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Page 2 of 13 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shallbe measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Liming 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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. Al93, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 17 High Temperature or High Pressure Service and Other Special Purpose 18 Applic ations 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/AmericanNational Standards Institute 31 (AWWA/ANSI): 32 a. C104/A21.4, Cement —Mortar Lining 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. C1 I I/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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 shallbe 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 Cl 10/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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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/A21.10 or AWWA/ANSI C153/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein will be 17 grounds for rejecting the entire order. 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 21 2. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 0160 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 20, 2017 33 1111 -6 DUCTILE IRON FITTINGS Page 6 of 13 1 4. Fittings Markings 2 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 3 b. Minimum markings shall include: 4 1) "DI" or "Ductile" cast or metal stamped on each fitting 5 2) Applicable AWWA/ANSI standard for that the fitting 6 3) Pressure rating 7 4) Number of degrees for all bends 8 5) Nominal diameter of the openings 9 6) Year and country fitting was cast 10 7) Manufacturer's mark 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 5. Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C1 I l/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch-12-inch, 305psi (2) 14-inch-16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it should be easy to differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 0160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 0160 00 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 20, 2017 33 1111 -7 DUCTILE IRON FITTINGS Page 7 of 13 I 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, ASME B16.1, Class 125 5 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, 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 a Petrolatum 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 CI05/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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 Nfin. Width — Flat Tube (inches) 14 14 16 20 24 27 30 34 37 41 54 67 81 81 95 108 108 121 NEn. 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 RaceTrac Risinger City Project No. 105656 33 1111 -9 DUCTILE IRON FITTINGS Page 9 of 13 b) Care should be taken 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 20, 2017 33 11 11 -10 DUCTILE IRON FITTINGS Page 10 of 13 1 d. Place the gasket in the bell in the position prescribed by the manufacturer. 2 e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 3 gasket and the outside of the spigot prior to entering the spigot into the bell. 4 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf 5 to conform to AWWA M-41. 6 3. Flanged Joints 7 a. Use erection bolts and drift pins to make flanged connections. 8 1) Do not use undue force or restraint on the ends of the fittings. 9 2) Apply even and uniform pressure to the gasket. 10 b. The fitting must be free to move in any direction while bolting. 11 1) Install flange bolts with all bolt heads faced in 1 direction. 12 4. Joint Deflection 13 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 14 and grades and shown in the Drawings. 15 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 16 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 17 C600. 18 d. The manufacturer's recommendation may be used with the approval of the 19 Engineer. 20 C. Polyethylene Encasement Installation 21 1. Preparation 22 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 23 installation of polyethylene encasement. 24 1) Prevent soil or embedment material from becoming trapped between 25 fittings and polyethylene. 26 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 27 with minimum space between polyethylene and fittings. 28 1) Provide sufficient slack in contouring to prevent stretching polyethylene 29 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 30 joints or fittings, and to prevent damage to polyethylene due to backfilling 31 operations. 32 2) Secure overlaps and ends with adhesive tape and hold. 33 c. For installations below water table and/or in areas subject to tidal actions, seal 34 both ends of polyethylene tube with adhesive tape at joint overlap. 35 2. Tubular Type (Method A) 36 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 37 section. 38 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 39 pipe section and bunching it accordion -fashion lengthwise until it clears fittings 40 ends. 41 c. Lower fittings into trench with preceding section of pipe. 42 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 43 e. After assembling fittings make overlap of polyethylene tube, pull bunched 44 polyethylene from preceding length of pipe, slip it over end of the fitting and 45 wrap until it overlaps joint at end of preceding length of pipe. 46 f. Secure overlap in place. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 20, 2017 33 11 11 -11 DUCTILE IRON FITTINGS Page 11 of 13 1 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 2 barrel of fitting, securing fold at quarter points. 3 h. Repair cuts, tears, punctures or other damage to polyethylene. 4 i. Proceed with installation of next fitting in same manner. 5 3. Tubular Type (Method B) 6 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 7 section. 8 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 9 end. 10 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 11 barrel of fitting, securing fold at quarter points; secure ends. 12 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 13 proceeding pipe section, bunching it accordion -fashion lengthwise. 14 e. After completing joint, pull 3-foot length of polyethylene over joint, 15 overlapping polyethylene previously installed on each adjacent section of pipe 16 by at least 1 foot; make each end snug and secure. 17 4. Sheet Type 18 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 19 section. 20 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 21 clears the fitting ends. 22 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 23 quadrant of fitting. 24 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 25 e. Lower wrapped fitting into trench with preceding section of pipe. 26 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 27 g. After completing joint, make overlap and secure ends. 28 h. Repair cuts, tears, punctures or other damage to polyethylene. 29 i. Proceed with installation of fittings in same manner. 30 5. Pipe -Shaped Appurtenances 31 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 32 polyethylene in same manner as pipe and fittings. 33 6. Odd -Shaped Appurtenances 34 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped 35 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 36 sheet under appurtenances and bringing it up around body. 37 b. Make seams by bringing edges together, folding over twice and taping down. 38 c. Tape polyethylene securely in place at the valve stem and at any other 39 penetrations. 40 7. Repairs 41 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 42 or with short length of polyethylene sheet or cut open tube, wrapped around 43 fitting to cover damaged area, and secure in place. 44 8. Openings in Encasement 45 a. Provide openings for branches, service taps, blow -offs, air valves and similar 46 appurtenances by making an X-shaped cut in polyethylene and temporarily 47 folding back film. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 patch the fitting: 32 a. Make patch with cement mortar as previously specified for interior joints. 33 b. Do not install patched fitting until the patch has been properly and adequately 34 cured and approved for laying by the City. 35 c. Promptly remove rejected fittings from the site. 36 3.6 RE -INSTALLATION [NOT USED] 37 3.7 FIELD [OR] SITE QUALITY CONTROL 38 A. Potable Water Mains 39 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 40 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 41 main as specified in Section 33 04 40. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 33 11 11 -13 DUCTILE IRON FITTINGS Page 13 of 13 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.1.c — Restraints included in price bid 1.2.A.2.c — Restraints included in price bid 1.3 — Added definitions of gland types for clarity 12/20/2012 D. Johnson 2.2•B.5 — Removed unrestrained push -on and mechanical joints 2.2.B.6, 7, 8, and 9 — Added reference to Section 33 05 10 and 33 04 10; removed material specifications for bolts, nuts and gaskets. 3.4 — Requirement for all mechanical and push -on joints to be restrained 3.4.1) — 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 RaceTrac Risinger City Project No. 105656 33 11 12- 1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 9 SECTION 33 1112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. 33 0131 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill 3) With or without restrained joints b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 9 e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up m. Cleaning n. Disinfection o. Testing [I%=.404 W 04 W1419.1 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly (Vinyl -Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 60 IN (100 mm thru 1,500 mm). d. M23, PVC Pipe — Design and Installation. e. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. b. 14, Plastics Piping System Components and Related Materials. 6. Underwriters Laboratories, Inc. (UL). a. UL 1285, UL Standard for Safety Pipe and Couplings, Polyvinyl Chloride (PVC), and Oriented Polyvinyl Chloride (PVCO) for Underground Fire Service. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 9 For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 9 b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61 and NSF 14. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter Min Pressure Class (inch) (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 9 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (PW) = 150 psi g. Surge Allowance (Ps) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained, corrosion resistant joints. b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe, as recommended by the pipe manufacturer, unless shown otherwise in the design drawings. Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or dimensions for concrete thrust blocking, shall be interpreted to mean the exclusion of the other method of restraint, unless both methods are specifically required in the plans. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 9 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. 4. Joints a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push -on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non -toxic and NSF approved for potable water applications. d. Push -On Restrained Joints shall only be as approved in the Standard Products List in Section 01 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 33 11 12 - 7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 9 a. Pipe shall be handled and stored in accordance with manufacturer's recommendations. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. Push -on Joints a. Install Push -On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 33 11 12-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 9 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 33 11 12 - 9 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 9 of 9 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 — revised maximum joint deflection requirements 3A.C.1 — Added reference to Ductile Iron Fittings 12/20/2012 D. Johnson 3.4.D — Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 B. 5. from "The pipe material shall be PVC, meeting the 4/1/2013 F. Griffin requirements of ASTM D1784, with a cell classification of 12454-B." to "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454". All references to the use of C905 are no longer applicable and are deleted. 11/14/2018 D.V. Magana 1.3.A.4.c. — Updated to reflect C900 applicable on PVC pipe sizes 4" through 60". 1.1.A Modified acceptable range for specification from 36-inch to 24-inch 1.3.A.4.c Updated C900 to reflect metric dimensions 1.3.A.5.b & 2.2.B.2 Addition of "NSF 14 Plastics Piping System Components and Related Materials" 1.3.A.6.a Addition of "UL 1285 UL Standard for Safety Pipe and Couplings, PVC and PVCO for Underground Fire Service" 2.2.C.3.a Addition of "corrosion resistant" and deletion of "when required by the Drawings" 9/9/22 W Norwood 2.2.C.3. Add " b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe as recommended by the pipe manufacturer, unless shown otherwise in the design drawings" 3.4.B.1. Add " a. Pipe shall be handled and stored in accordance with manufacture's recommendations" 3.4.13.2 Add "b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics" CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised September 9, 2022 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2017 33 12 10 - 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2017 33 12 10-3 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2017 33 12 10 - 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. C131, Standard Specification for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2017 33 12 10-5 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. flUW.1T4JIIfIeVi11 OuIMWlI:111f.11001177u/.'%I1170F.11l .Y11:3OFI10KI1f.`! 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 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 % -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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2017 331210-8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 17 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter -clockwise. e. Overall Length 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1 /32 inch + 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal rings backed with O-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double O-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 (I I-NC-2A) for a distance such that 11/2 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 (I I-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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2017 33 12 10 - 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 C 131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2" x 3-1/4". e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-inch or 1-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not less than 10 inches x 16 inches, 12 inches high 3) Concrete 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 f1/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary 15 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/z-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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 f- inch Single service meter: b) Size: 16-5/8-inch x 14-5/8-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip 1 '/z-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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2017 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 17 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer's name b. Type c. Size of Pipe PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 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 rejector repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation 1. Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2017 33 12 10 - 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 '/2 inch to 3/4 inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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.1.c.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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised February 14, 2017 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 1 SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 1105 — Bolts, Nuts, and Gaskets 16 4. Section 33 11 10 — Ductile Iron Pipe 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Gate Valve 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each "Gate Valve" installed 25 for: 26 a) Various sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Gate Valves with connections as specified in the 29 Drawings 30 2) Valve box 31 3) Extension 32 4) Extensions for valves in vaults 33 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 34 6) Petrolatum tape for connections to steel flanges 35 7) 2-inch risers (for 16-inch and larger gate valves) 36 8) Isolation kits when installed with flanged connections 37 9) Polyethylene encasement 38 10) Pavement removal 39 11) Excavation 40 12) Hauling CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised May 6, 2015 33 12 20 - 2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 1 13) Disposal of excess material 2 14) Furnishing, placement and compaction of embedment 3 15) Furnishing, placement and compaction of backfill 4 16) Clean-up 5 17) Cleaning 6 18) Disinfection 7 19) Testing 8 2. Cut -in Gate Valve 9 a. Measurement 10 1) Measurement for this Item shall be per each. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" 14 installed for: 15 a) Various sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Gate Valves with connections as specified in the 18 Drawings 19 2) System dewatering 20 3) Connections to existing pipe materials 21 4) Valve box 22 5) Extension 23 6) Extensions for valves in vaults 24 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 25 8) Petrolatum tape for connections to steel flanges 26 9) 2-inch risers (for 16-inch and larger gate valves) 27 10) Isolation kits when installed with flanged connections 28 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 29 12) Polyethylene encasement 30 13) Pavement removal 31 14) Excavation 32 15) Hauling 33 16) Disposal of excess material 34 17) Furnishing, placement and compaction of embedment 35 18) Furnishing, placement and compaction of backfill 36 19) Clean-up 37 20) Cleaning 38 21) Disinfection 39 22) Testing 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms 42 1. NRS — Non Rising Stem 43 2. OS&Y — Outside Screw and Yoke 44 B. Reference Standards CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised May 6, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4. American Iron and Steel Institute (AISI). 5. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d. A536, Standard Specification for Ductile Iron Castings. e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 6. American Water Works Association (AWWA): a. C509, Resilient -Seated Gate Valves for Water Supply Service. b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. c. C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. 7. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. 8. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 0133 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 39 supplied, including: 40 a. Dimensions, weights, material list, and detailed drawings 41 b. Joint type 42 c. Maximum torque recommended by the manufacturer for the valve size 43 2. Polyethylene encasement and tape CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised May 6, 2015 33 12 20 - 4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 1 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint, if required by contract Documents 4 a. Retainer glands 5 b. Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 11 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of 1 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. For valves equipped with a bypass, the bypass valve must be of the same 37 manufacturer as the main valve. 38 e. Resilient Seated Gate Valves shall be new. 39 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 40 successful experience manufacturing of Resilient Seated Gate Valves of similar 41 service and size, and indicated or demonstrate an experience record that is 42 satisfactory to the Engineer and City. This experience record will be thoroughly 43 investigated by the Engineer, and acceptance will be at the sole discretion of the 44 Engineer and City. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised May 6, 2015 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 1 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 2 bypass; that are not manufactured within the United States of America, shall be 3 manufactured by factories/foundries that are owned or controlled (partial 4 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 6. Secure and maintain a location to store the material in accordance with Section 01 19 6600. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division 1. 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Description 34 1. Regulatory Requirements 35 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 36 shall meet or exceed the requirements of this Specification. 37 b. All valve components in contact with potable water shall conform to the 38 requirements of NSF 61. 39 C. Materials CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised May 6, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI CI15/A21.15. c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 2. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. 3. Bypass a. For gate valves using a double roller, track and scrapper system, an integrally cast bypass on the body of the valve is required_ 1) Orient the bypass on the same side of the gate valve as the spur gear to allow operation of both valves from the manhole opening. 2) The bypass shall be a minimum 4-inch in size. 4. Gate Valve Bolts and Nuts a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch through 12-inch valves) or as specified in 2.2.C.4.b. b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non -buried service) 5. Bolts and Nuts a. Mechanical Joints a) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 3) Flanged isolation kits shall be provided when connecting to buried steel or concrete pressure pipe. Kits shall conform to Section 33 04 10. 6. Joints a. Valves: flanged, or mechanical joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concrete pressure pipe a) Use flange joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints with mechanically restrained retainer glands unless otherwise specified in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 RaceTrac Risinger City Project No. 105656 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 5 operating nut base. 6 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 7 direction. Nut shall be painted red per AWWA specifications 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 9 from transferring torque to that shaft or the gear box that exceeds the 10 manufacturer's recommended torque. 11 f. Furnish handwheel operators for non -buried service, or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied by the manufacturer of the valve 17 as an integral part of the gate valve. 18 9. Gaskets 19 a. Provide gaskets in accordance with Section 33 1105. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground, when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve -operating nut 28 c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 33 boxes and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 1/4-inch 35 shafts, screw type, consisting of a top section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 0160 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in 43 raised letters on the upper surface. 44 £ Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 45 1) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised May 6, 2015 331220-8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 10 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position. 24 4. If access and operation of the valve meet the City's criteria, then the valve will be 25 accepted as installed. 26 B. Non -Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised May 6, 2015 331220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised May 6, 2015 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 I NO 1XII W11 0140 11130 Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment — Added Cut -In Gate Valve 1.2.A. Lc and 1.2.A.2.c — added additional items to be included in price bid 1.6.A — removed requirement for product data for bolts and nuts because it is to be included under Section 33 1105. 12/20/2012 D. Johnson 1.9.A.1 — Added requirement for bypass valve manufacturing 2.2.C. — Added requirement for 30-inch gate valves to have a bypass and bypass material requirements; Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 — Modified acceptable cast iron from Class 40 to Class 3513; Added requirements for reclaimed water applications 1.1.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case -by -case basis 1.6.13.3 Added Section. Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.13.4 Added Section — Requires Affidavit on Gate Valve manufacturers ownership 6/24/2014 D. Townsend in foreign factories/foundries providing components to certify on -site quality control. 1.9.A. Lf Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.l.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on -site quality control 1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.1.A. La Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 5/6/2015 D. Townsend 2.2.C.3. Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller, track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised May 6, 2015 33 1221 -1 AWWA Rubber -Seated Butterfly Valves Page 1 of 11 SECTION 33 12 21 AWWA RUBBER -SEATED BUTTERFLY VALVES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. AWWA Rubber -Seated Butterfly Valves 30-inch through 72-inch for transmission, distribution system and plant applications (buried or above ground installation) as shown on the 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 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 33 04 10 —Joint Bonding and Electrical Isolation 5. Section 33 05 16 — Concrete Water Vaults 6. Section 33 1105 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "AWWA Butterfly Valve" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing AWWA Butterfly Valves as specified in the Drawings b. AWWA Butterfly Valve vault and appurtenances c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placing and compaction of embedment h. Furnishing, placing and compaction of backfill i. Clean-up j. Cleaning k. Disinfection 1. Testing CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 23, 2019 33 1221 -2 AWWA Rubber -Seated Butterfly Valves Page 2 of 11 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American National Standards Institute (ANSI): a. 131.1, Unified Inch Screw Thread Series 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A536, Standard Specification for Ductile Iron Castings. d. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 6. American Water Works Association (AWWA): a. C504, Rubber -Seated Butterfly Valves. b. C550, Protective Interior Coatings for Valves and Hydrants. 7. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 8. Society for Protective Coatings/NACE International (SSPC/NACE): a. SP 10/NACE No. 2, Near -White Blast Cleaning. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data Rubber -Seated Butterfly Valves stating: a. Material b. Valve and Actuator Coating System c. Working pressure rating d. Test pressure rating e. Valve classification £ Valve Seat Type and bonding method to disc or body g. Valve -port diameter h. Valve Torque required i. Actuator Type and maximum torque j. Total net assembled weight k. Valve operator and extension stems 1. Opening direction CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 23, 2019 33 1221 -3 AWWA Rubber -Seated Butterfly Valves Page 3 of 11 2. Confirm valve seat type for specific project application with the City prior to ordering Rubber -Seated Butterfly Valve. B. Shop Drawings 1. For below grade applications: a. Cast -in -place concrete vault in accordance with shop drawing requirements set forth in Section 03 30 00. b. Vault appurtenances in accordance with shop drawing requirements set forth in Section 33 05 16. C. Certifications 1. Furnish an affidavit certifying that all AWWA Rubber -Seated Butterfly Valves meet the provisions of this Specification and have been hydrostatically tested at the factory and meet the requirements of AWWA C504. 2. Furnish an affidavit certifying that the coating for all AWWA Rubber -Seated Butterfly Valves meets the provisions of this Specification and meets the requirements of AWWA C504. 3. Furnish affidavit that AWWA Rubber -Seated Butterfly Valve manufacturer owns or controls any foreign factory/foundry that supplies valve casings and can certify that the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality control at the foreign factory/foundry. 1.7 CLOSEOUT SUBMITTALS [NOT USED] [itt=u/.1lel1010.11[yD207IFR1017/:11I&III:3u1YW1F.11&I A. Operation and Maintenance Manual 1. Furnish Operation and Maintenance Manual in accordance with Division 1. 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Rubber -Seated Butterfly Valves and manual actuators of the same size shall be the product of 1 manufacturer for each project. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Rubber -Seated Butterfly Valves shall be in conformance with AWWA C504. c. Casings for Rubber -Seated Butterfly Valves; that are not manufactured within the United States of America, shall be manufactured by factories/foundries that are owned or controlled (partial ownership) such that the Rubber -Seated Butterfly Valve Manufacturer can control and guarantee quality at the foreign factory/foundry. d. Worm -gear type actuator meeting the requirements of this specification shall be: 1) Rotork Gears IW Series AWWA C504 & C5PV-3 Quarter -turn Worm Gear Operator, 2) AUWA GS Part -Turn Gearbox, 3) Limitorque HBC Worm Gearbox series 4) EIM WO series for non-burier applications or WB series for direct -buried applications CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 23, 2019 33 1221 -4 AWWA Rubber -Seated Butterfly Valves Page 4 of 11 5) Or Engineer approved equal 2. The AWWA Rubber -Seated Butterfly Valve shall be the product of a manufacturer regularly engaged in the manufacturing of AWWA Rubber -Seated Butterfly Valves having similar service and size. 3. Unit Responsibility a. All equipment specified under this Section is to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all unit components including, but not limited to, the valve, actuator and extension stems. b. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested and installed by factory -authorized representatives experienced in the design and manufacture of the equipment. 1) This includes, but is not limited to, coordination of the torque required to properly operate the valve. 2) This does not relieve the Contractor of the overall responsibility for this portion of the work. 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. Protect the finished surfaces of all exposed flanges by wooden blank 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 directly exposed to sunlight or 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. 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. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 23, 2019 33 1221 -5 AWWA Rubber -Seated Butterfly Valves Page 5 of 11 2. Any product that is not listed on the Standard Product List or listed in this specification is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description Regulatory Requirements a. AWWA Rubber -Seated Butterfly Valves shall be new and meet or exceed the latest revisions of AWWA C504 and shall meet or exceed the requirements of this Specification. b. All AWWA Rubber -Seated Butterfly Valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve bodies shall be of ductile iron per ASTM A536 Grade 65-45-12 or fabricated steel ASTM A36. b. Valve bodies shall be short body type. 2. Joints a. Flange end valves shall be: 1) Class 125 Standard flanged ends faced 2) Drilled per ASME B 16.1 standard for cast iron flanges 3) Flanges shall be designed for the test pressure of the valve. b. Mechanical joint end valves shall meet the requirements of AWWA/ANSI C1II/A21.11. c. Flanged ends shall be used with Steel or Concrete Cylinder pipe unless otherwise noted in the Contract Documents. 1) Flange isolation kits shall be provided in accordance with Section 33 04 10. d. Flanged ends shall be provided unless otherwise noted in the Contract Documents. 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. b. Tapped Bolts 1) Butterfly Valve manufacturer to provide tapped bolts with ANSI B 1.1 LILAC thread. 4. Gaskets 1) Provide gaskets in accordance with Section 33 1105. 5. Discs a. Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM A36. 1) Disc and shaft connection shall be made with tapered pins of either monel or stainless steel 6. Valve Shaft a. Valve shaft shall be: 1) Type 304 stainless steel or equal 2) 1-piece unit or stub -shaft type a) Stub shaft shall be inserted into the valve disc hubs for distance of 1 '/2 times shaft diameter CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 23, 2019 33 1221 -6 AWWA Rubber -Seated Butterfly Valves Page 6 of 11 3) Minimum diameter per AWWA C504 4) Horizontal orientation 7. Shaft Seals a. Valve shaft seals shall be self -compensating V-type packing with a minimum of 4 sealing rings. b. Design shall allow adjustment or replacement without removing the valve shaft. 8. Valve Bearings a. Valve shaft bearings shall be non-metallic and permanently lubricated. 9. Valve Seat a. Seats on Body (for transmission projects only) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the valve body. 2) Provide a 360 degree continuous, uninterrupted seating surface. 3) Field adjustable around the full 360 degrees circumference and replaceable without dismantling the actuator, disc or shaft and without removing the valve from the line. 4) The seat shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. 5) The seat shall contain an integral shaft seal protecting the valve bearings and packing from any line debris. 6) Rubber seats shall be field adjustable and replaceable. b. Seats on Disc (for transmission or water facility) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the disc. 2) Resilient seats shall be located on the valve disc and shall provide a 360 degree continuous, uninterrupted seating surface. 3) Seats shall be mechanically retained with a stainless steel retaining ring and stainless steel cap screws which shall pass through both the resilient seat and the retaining ring. 4) The resilient seat's mating surface shall be to a 360 degree continuous uninterrupted stainless steel body seat ring. 5) Rubber seats shall be field adjustable and replaceable. 10. Performance / Design Criteria a. Valve Classification shall be Class 250B D. Finishes 1. Unless otherwise specified in the Contract Documents, exterior and interior metallic surfaces of each valve shall be shop fusion bonded epoxy coated meeting per the latest revision of AWWA C550. 2. Painting and Coatings a. All surfaces of the valve shall be clean, dry and free from grease before applying paint or coating. b. The valve interior and exterior surfaces, except for the seating surfaces, shall be provided with the manufacturer's standard coating or as specified in the Contract Documents. c. All internal exposed surfaces that are susceptible to corrosion shall be coated with a Polymide cured, rust inhibiting epoxy. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 23, 2019 33 1221 - 7 AWWA Rubber -Seated Butterfly Valves Page 7 of 11 d. Surfaces to be coated shall be prepared and sand -blasted per SSPC SP 10/NACE No. 2. e. Final coating thickness shall be 16 mils minimum. f. All surfaces shall be inspected for proper dry film thickness using a magnetic dry film thickness gauge. g. Tests for invisible holidays shall be conducted using a low voltage, wet sponge holiday or leak detector. E. Marking for Identification For each Rubber -Seated Butterfly Valve, clearly mark with the following information: a. Valve size b. Class for which it is designated c. Name of manufacturer d. Date of manufacturer 04cJW.1TK4l W3.193 71 M A. Rubber -Seated Butterfly Valves shall have the following accessories provided as part of the valve installation: 1. Below grade Rubber -Seated Butterfly Valves shall be placed within a concrete vault in accordance with Section 03 30 00, or as shown on the Drawings. All vault appurtenances shall be in accordance with Section 33 05 16. 2. Manual Actuators a. Valves shall be provided with manual actuators, unless otherwise specified in the Drawings. b. Valves shall be opened by turning the actuator clockwise and close counter clockwise. c. Manual actuators shall be fully greased, packed and have adjustable stops in the open and closed position. 1) The actuator shall have a adjustable mechanical stop which will withstand an input torque of 450 foot-pounds against the stop. 2) The actuator shall have a built in packing leak bypass to eliminate possible packing leakage into the actuator housing. d. Butterfly valves in a vault shall be furnished with a 2-inch operating nut. 1) The actuator shall be placed in a vault as indicated on the Drawings and have extension to the top of the vault. e. Butterfly valves in plant, pump station or tank service applications located above ground shall be provided with a 16 inch minimum diameter handwheel operator. 1) Handwheels shall be painted red. f. Valve Position Indicator 1) Provide position indicator with mechanical dial indicator as follows: a) Highly visible b) Containing "Open" and "Closed" legend at the end of a 90 degree arc c) Pointer to show the disc position (Closed-0 degree and Open-90 degree) d) Arc graduated in degrees g. Actuator shall be worm -gear type, as follows: 1) Worm gear manual operator shall comply fully with AWWA C504, latest edition. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 23, 2019 33 1221 - 8 AWWA Rubber -Seated Butterfly Valves Page 8 of 11 2) Worm gear drive sleeve and worm shaft shall be of solid, 1-piece design; bolted segments or pinned worms will not be acceptable. Drive sleeve shall include an integral spline to accept a removable bottom -entry spline bushing for valve shaft connection. 3) If required for torque purposes, spur gear reducers may be provided for increased torque outputs and to reduce handwheel diameter. Worm gear operator shall include handwheel with maximum 80 pound rim pull or a 2- inch AWWA Nut with a maximum 150 ft. lbs required input torque 4) Materials of Construction a) Housing: Ductile Iron b) Drive sleeve: Bronze c) Worm: Alloy steel with splined input drive connection d) Bearings: Heavy duty tapered roller bearings e) Finish: Thermostatically Applied Polyester Powdercoat f) Fasteners: Stainless steel 5) Manual gears shall be capable of being field retrofit with an electric motor operator in the future without major modifications. a) With spur gear removed, splined worm gear input shaft and motor adapter flange shall be easily added to accept a multi -turn "torque - only" electric valve actuator. (1) Supplier shall include the Number of Turns required to complete on Open -to -Close stroke in the Equipment Submittal. 3. Extension Stem a. Keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the valve is 3 feet or more beneath the surface of the ground 1) Not required for City stock orders. 2) Extension stems shall not be bolted or attached to the valve -operating nut. 3) Extension stems shall be of cold rolled steel with a cross -sectional area of 1 square inch, fitting loosely enough to allow deflection. 4. 2-inch Taps a. Provide two 2-inch taps on each side of the valve, 12 inches from the valve body. 1) Taps shall be C.C. thread with flare, with insulated adaptor kit. 2) Provide copper riser between corporation stop and curb stop. 3) Install curb stop 12 inches from the vault top a) Reachable by hand from the vault lid 5. Joint components such as gaskets, glands, lubricant, bolts and nuts, shall be furnished in sufficient quantity for assembly of each joint. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections Each valve shall be shop tested for leaks in the closed position with the valve horizontal. a. The upper surface of the valve disc shall be visible and covered with a pool of water at 0 psi pressure. b. Air pressure equivalent to the design rating of the valve shall be applied to the lower face of the disc for at least 5 minutes with no indication of leakage (i.e. bubbles in the water pool) during the test period. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 23, 2019 33 1221 - 9 AWWA Rubber -Seated Butterfly Valves Page 9 of 11 2. The valve body shall be hydrostatically tested at twice the rated pressure for 10 minutes with the valve in the slightly open position. a. During this test, there shall be no leakage or seeping through the valve body, weld or valve trunnions. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. All Rubber -Seated Butterfly Valves shall be installed in accordance with the instructions of the manufacturer and as shown on the Drawings. 2. For buried applications, Rubber -Seated Butterfly Valves shall be placed in a concrete vault and installed in accordance with Section 03 30 00. All vault appurtenances shall be installed in accordance with Section 33 05 16. 3. All excavations shall be backfilled in accordance with Section 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Field Inspections Before acceptance of the installed Rubber -Seated Butterfly Valve, the City Field Operations and/or Production Staff shall have the opportunity to operate the valve. a. The operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. b. If access and operation of the Rubber -Seated Butterfly Valve meet the City's criteria, then the valve will be accepted as installed. B. Non -Conforming Work If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 23, 2019 33 1221 - 10 AWWA Rubber -Seated Butterfly Valves Page 10 of 11 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 23, 2019 33 1221 -11 AWWA Rubber -Seated Butterfly Valves Page 11 of 11 Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Acceptable size range was modified to include butterfly vales from 36-inches to 72-inches; Blue text included for exceptions 12/20/2012 D. Johnson 2.2.C.3 and 4 — Added Section 33 1105 reference and removed material specification for bolts, nuts and gaskets. Added material specification for tapped bolts. Modified Vault and Appurtenance Specifications throughout 1. LA Acceptable size range was modified to include butterfly vales from 30-inches to 72-inches; Blue text included for exceptions 1.6.C.3 Added Section. Affidavit required that manufacturer owns/control foreign factory/foundry that supplies valve castings 1.9.A. Lc Added Section. Requirement that manufacturer owns/control foreign factory/foundry that supplies valve castings 6/24/2014 D. Townsend 1.9.A. Ld Added Section. Acceptable worm gear type actuators. 2.2.A.2. Added Clarification. Accepted product can be listed in this specification 2.3.A.2.g. 3&4. Format Change. Added Item 4 to Item 3. 2.3.AQ.2.g.3. Addition: "or 2-inch AWWA Nut with a maximum 150 ft lbs required input torque 2.3.2.g Changed Item 4.a to Item 4 2.3.A.2.0 & 2.3.A.2.c.I Modification. Manual actuator to have adjustable stops 04/23/2019 Walter Norwood I. LA previously referenced "...as specified herein and shown on the Drawings." and was updated to reflect "...as shown on the Standard Products List." CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 23, 2019 331250-1 WATER SAMPLING STATIONS Page 1 of 5 SECTION 33 12 50 WATER SAMPLING STATIONS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Water sampling stations for potable water mains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section 1. 1-inch water service line a. From water main to curb stop (including tap) D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 12 10 — Water Services 1-inch to 2-inch 7. Section 33 12 25 — Connections to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Sampling Station a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Water Sampling Station" completed in place. c. The price bid includes: 1) Furnishing and installing Sampling Station with appurtenances as specified in the Drawings 2) Meter box and Lid 3) Concrete support block 4) Curb stop 5) Fittings 6) Incidental 5 feet of service line 7) Pavement Removal 8) Excavation 9) Hauling CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 33 12 50 - 2 WATER SAMPLING STATIONS Page 2 of 5 10) Disposal of excess material 11) Clean up 12) Disinfection 13) Testing 2. Water Sampling Station installed per City Standard Details. a. Measurement 1) This Item is considered subsidiary to Water Meter Vault. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price per each Water Meter Vault (with Sampling Station) installed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NSF International a. 61, Drinking Water System Components —Health Effects 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Product Data submitted in accordance with Section 33 12 10. 2. Sampling Station 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 331250-3 WATER SAMPLING STATIONS Page 3 of 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Water sampling station 1. Eclipse TM Number 88 Sampling Station, or approved equal, with 12-inch depth of bury 2. Lockable, aluminum weather shield enclosure 3. Brass internal piping and appurtenances 4. Galvanized riser pipe 5. Brass isolation valve with 3/4-inch female iron pipe inlet 6. Removable parts that require no excavation 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All Water Sampling Station components in contact with potable water shall conform to the requirements of NSF 61. C. Materials / Design Criteria 1. Water Service a. In accordance with Section 33 12 10 include: 1) 1-inch Water Service 2) 3/4-inch Water Service 3) 1-inch Corporation Stop 4) 1-inch Curb Stop 5) Fittings 6) 1-inch standard plastic meter box 2. Concrete Pad a. In accordance with Section 03 30 00 b. Dimensions 1) 2 feet x 2 feet 2) 6 inches thick c. Design CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 33 12 50 - 4 WATER SAMPLING STATIONS Page 4 of 5 1) Class `B' Concrete (2500 psi) 2) Reinforced with #4 Rebar 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests, Inspections and Markings 1. Conform to Section 33 12 10. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Sampling Station in accordance with City Standard Details and Section 33 12 10 Water to include: a. 1-inch Corporation Stop b. 1-inch Water Service c. 1-inch Curb Stop d. 1-inch 90 Degree Elbow e. 1 inch x 3/4 inch Reducer f. 3/4-inch Water Service g. Sampling Station h. 1-inch standard plastic meter box i. Concrete Pad 2. Where appropriate, place sampling station adjacent to power pole, elevated tank, street sign, tree or fire hydrant a. Typical installation on short side of street b. When placing adjacent to fire hydrant: 1) Maintain 4-foot offset from fire hydrant and lead. 2) Do not tap fire hydrant lead line. c. For installations adjacent to valves along large water mains, connect to existing large valve copper riser. 1) Do not tap main, unless approved by City. 3. Excavate, embed and backfill trenches in accordance with 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. See Section 33 12 10. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 331250-5 WATER SAMPLING STATIONS Page 5 of 5 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 1040 IZII 0&1 X01111130 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.1.c — 1-inch standard meter box added to price bid 12/20/2012 D. Johnson 2.2.C.l.a - 1-inch standard meter box added to materials list 3A.A.1 - 1-inch standard meter box added to installation CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised September 9, 2022 City Project No. 105656 333120-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of 6 h. Trench water stops i. Clean-up j. Cleaning k. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. c. D3034, Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe. c. Title 30, Part 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 nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised September 9, 2022 City Project No. 105656 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 049"1 ii110,011Z1a 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 nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised September 9, 2022 City Project No. 105656 33 31 20 - 4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 6 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewer pipe. f. PVC meeting the requirements of ASTM D1784, with a cell classification of 12454 or 12364 g. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) = 1.0 f) Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (I) = t3/12, (in4/in), per pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Deflection = 5 percent h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least 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 nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised September 9, 2022 City Project No. 105656 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 nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac. 105656 Revised September 9, 2022 City Project No. 105656 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] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 6/18/13 D. Johnson 2.2.13.l.b — 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 RaceTrac Risinger City Project No. 105656 SECTION 33 3122 SANITARY SEWER SLIP LINING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 333122-1 SANITARY SEWER SLIPLINING Page 1 of 10 1. Requirements to rehabilitate existing sanitary sewers by Slip Lining with polyethylene 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 3. Section 03 80 00 — Modifications to Existing Concrete Structures 4. Section 33 0130 — Sewer and Manhole Testing 5. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 6. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 8. Section 33 31 15 — High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 9. Section 33 3150 — Sanitary Sewer Service Connections and Service Line 10. Section 33 39 10 — Cast -in -Place Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pipe Installation by Slip Lining 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 "Sewer Pipe, Slip Lining" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pipe as specified by the Drawings 2) Pre -CCTV Inspection 3) Pavement removal 4) Excavation 5) Hauling 6) Launching pit 7) Receiving pit CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333122-2 SANITARY SEWER SLIPLINING Page 2 of 10 8) Bypass Pumping for pipes smaller than 18-inches 9) Disposal of excess material 10) Furnishing, placement and compaction of backfill 11) Clean-up 12) Cleaning 13) Testing 2. Point Repair a. Measurement 1) Measurement for this Item shall be by the linear foot measured horizontally along the surface following the pipe centerline for the length identified during the Pre -CCTV inspection and directed by the City. 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 "Sewer Pipe, Point Repair" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pipe as specified by the Drawings 2) Coupling 3) Pavement removal 4) Excavation 5) Hauling 6) Bypass Pumping for pipes smaller than 18-inches 7) Disposal of excess material 8) Furnishing, placement and compaction of backfill 9) Clean-up 10) Cleaning 11) Testing 1.3 REFERENCES A. Abbreviations and Acronyms 1. HDPE — High Density Polyethylene 2. CCTV — Closed Circuit Television B. Definitions Slip Lining a. Rehabilitation of existing sanitary sewer pipe by pulling or pushing liner pipe into the existing sewer pipe by use of mechanical and/or hydraulic equipment b. Once in place, the liner pipe is allowed time to relax (return to original shape after elongation due to pulling forces) and is then cut to fit between manholes. c. Annular spaces between the liners and existing sewer pipes are sealed at each manhole. d. Manhole inverts and benches are reworked and reshaped. e. Existing sewers not immediately affected by the slip lining process remain in operation during the slip lining process, with sewage diverted around the operations in progress. C. Reference Standards CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333122-3 SANITARY SEWER SLIPLINING Page 3 of 10 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. D 1248 Specifications for Polyethylene Plastic Molding and Extension Materials b. D1693 Test for Environmental Stress -Cracking of Ethylene Plastics c. D2122 Determining Dimensions of Thermoplastic Pipe and Fittings d. D2412 Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading e. D2657 Standard Practice for Heat -Joining Polyolefin Pipe and Fittings f. D2837 Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials g. D3262 Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Sewer Pipe h. D3350 Specification for Polyethylene Plastic Pipe and Fittings Materials i. F477 Elastomeric Gaskets (Seals) for Joining Plastic Pipe j. F585 Standard Practice for Insertion of Flexible Polyethylene Pipe Into Existing Sewers k. F714 Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter (Y IPS and Larger) 3. City of Fort Worth Code of Ordinances a. Part II, Chapter 23 Offenses and Miscellaneous Provisions, Section 8 Noise 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City, Engineer, franchise utilities, etc. as described in the Drawings. 2. Provide advanced notice prior to commencing actual pipe slip lining activities as described in the Drawings in order to allow the City to provide appropriate advanced notice to affected residents. 3. Review the location and number of insertion or access pits with the City Inspector prior to excavation. B. Sequencing 1. Provide a bypass pumping plan detailing collection and discharge locations and method of bypass pumping prior to the start of construction. 2. Provide a phasing plan with the sequence of construction prior to the start of construction. 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. Include manufacturer's technical data showing complete information on material composition and physical properties. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333122-4 SANITARY SEWER SLIPLINING Page 4 of 10 B. Shop Drawings 1. Include dimensions of new pipe and fittings. C. Certificates 1. Provide a certificate of compliance with this Specification, upon request, by the manufacturer for all material furnished under this Specification. a. The Contractor will be responsible for all damage caused by and the replacement of failed, unspecified or unapproved materials. D. Manufacturers' Instructions 1. Include manufacturer's recommendation for handling, storage and repair of pipe and fittings if damaged. E. Special Procedure Submittals 1. Provide a bypass pumping plan in accordance with Section 33 03 10. 2. Provide a phasing plan with the sequence of construction prior to the start of construction. 1.7 CLOSEOUT SUBMITTALS A. Record Documentation 1. Provide Post -Construction Closed Circuit Television inspection reports in accordance with Section 33 01 31. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. The Contractor shall be certified by the particular Slip Lining system manufacturer that such firm is a licensed installer of their system. No other Slip Lining system other than those listed in these Specifications is acceptable. 2. Personnel directly involved with installing the new liner pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. B. Certifications 1. Provide certification from the pipe manufacturer that samples of the production product meet these Specifications. The certification shall state that the production product has been tested in accordance with ASTM D2837 and validated in accordance with the latest revision of PPI TR-3. 2. Provide certification from the manufacturer that stress regression testing has been performed on the specific product. Certification shall include a stress life curve per ASTM D2837 and testing shall have been performed in accordance with ASTM D2837. C. Pre -construction and Post -construction Testing 1. Provide Pre -construction and Post -construction Closed Circuit Television (CCTV) Inspection of the pipeline to be replaced and/or enlarged in accordance with Section 33 01 31. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333122-5 SANITARY SEWER SLIPLINING Page 5 of 10 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Transport, handle and store pipe and fittings as recommended by manufacturer. 2. If new pipe and fittings become damaged before or during installation, repair as recommended by the manufacturer or replace as required by the City at the Contractor's expense, before proceeding further. 3. Deliver, store and handle other materials as recommended by the manufacturer to prevent damage. 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-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 1. 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. Materials 1. HDPE Pipe a. The pipe and fitting material shall conform to Section 33 31 15. 2. Service Saddles a. Conform to Section 33 3150. 3. Repair Clamp a. Conform to Section 33 31 15. 4. Manhole Inverts and Benches a. Inverts and benches requiring replacement shall conform to Section 33 39 10. 5. Repair Mortar (Grout) a. Conform to Section 03 80 00. C. Dimensions and Tolerances 1. Supply liner pipe in nominal lengths of 40 feet. a. Obtain Engineer's approval before using shorter lengths. 2. The liner pipe shall have the maximum outside diameter indicated on the Drawings. a. Nominal size and actual outside diameter shall comply with Table 3 of ASTM D3262. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333122-6 SANITARY SEWER SLIPLINING Page 6 of 10 3. The minimum wall thickness shall the indicated thickness or the thickness recommended by the manufacturer to withstand pushing forces with a safety factor of 2.5, whichever is greater. a. The actual thickness measured at any single point on the pipe shall not be less than 90 percent of the minimum thickness. 4. Stiffness of the liner pipe shall satisfy design requirements for dead, live and hydrostatic loads and maximum grout pressure (with a safety factor no less than 2). 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. Provide Pre -construction Closed Circuit Television (CCTV) Inspection of the pipeline to be replaced/enlarged in conformance with Section 33 01 31. a. Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by Closed Circuit Color Television. B. Evaluation and Assessment 1. Identify, by location, the presence of line obstructions in the existing sewer (heavy solids, dropped joints, protruding service taps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process, and which cannot be removed by conventional sewer cleaning equipment. 2. Identify, by location, the presence of sags in the sewer line(s) by the following procedure: a. Perform CCTV inspection. b. Provide CCTV inspection results to the City. c. The City Inspector will review the Pre -CCTV tapes to determine if any excessive sags exist and will inform the Contractor which segments of pipe are to be replaced by point repair. 3.3 PREPARATION A. Bypassing Sewage 1. Bypass pump sewage in accordance with Section 33 03 10. B. Line Obstructions 1. If identified in the CCTV inspection, remove line obstruction. a. Removal of obstruction is considered subsidiary to CCTV inspection. C. Point Repairs 1. Perform point repair as identified on the Drawings or at the discretion of the City. This may include: 1) Pipe replacement CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333122-7 SANITARY SEWER SLH'LINING Page 7 of 10 2) Digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert D. New pipe installation preparation 1. Furnish a rigid, solid wall cylindrical mandrel with maximum length of 2 times the host sewer inside diameter and with outer diameter equal to the outside diameter of the proposed liner pipe. 2. Pull the mandrel through the entire length of sewer to be sliplined. 3. If the mandrel will not pass the entire length, note the location and pull the mandrel from the other end to define the entire length of the undersize pipe or obstruction. 4. Excavate the undersize pipe, remove the crown down to the springline on both sides, and enlarge the host pipe sufficiently that the liner pipe will reside in the lower half (invert to springline) after insertion. 5. Remove or repair obstructions such as roots, large joint offsets, rocks or other debris, etc., that would prevent passage of, or damage to, the liner prior to installing the liner. 6. After completing the insertion pit excavation, remove the top of the existing sanitary sewer line, where required, down to the spring line. 3.4 INSTALLATION A. Site Organization 1. Locate insertion or access pits such that their total number will be minimized and the length of replacement pipe installed in a single pull shall be maximized. 2. Manhole inverts and bottoms may be removed to permit access for installation equipment. 3. Locate equipment used to perform the work away from buildings so as not to create a noise impact. Conform to City of Fort Worth Code of Ordinances, Part II, Section 23-8. a. Provide silencers or other devises to reduce machine noise as needed to meet requirements. B. Schedule 1. Upon commencement of the actual slip lining, do not begin a segment of work that cannot be completed before the end of the work day. C. Finished Pipe 1. The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thickness, pipe separation and other deformities. 2. Carefully cut out the replacement pipe passing through or terminating in a manhole in a shape and manner approved by the Engineer. 3. Streamline and improve the manhole invert and benches to ensure smooth flow. 4. The installed pipe shall meet the leakage requirements of the pressure test specified herein. D. Pipe Jointing 1. Assemble and join sections of HDPE liner pipe on the job site above ground. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333122-8 SANITARY SEWER SLIPLINING Page 8 of 10 2. Use the heating and butt -fusion system for jointing in strict conformance with the manufacturer's printed instructions and in accordance to Section 33 31 15. 3. Ensure that the butt -fusion joints have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure and alignment. 4. It shall be the sole responsibility of the Contractor to provide an acceptable butt - fusion joint. 5. Make all joints available for inspection by the Engineer before insertion. 6. After the butt joints have been inspected, remove the exterior joint bead in accordance with manufacturer's recommendations and without damaging or weakening the pipe or pipe joint. 7. Join the replacement pipe on site in appropriate working lengths near the insertion pit. a. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any 1 time shall be 600 linear feet. 8. For situations where the liner pipe is not pulled all the way to the manhole or if it is impossible to pull the liner pipe all the way through, the following shall apply: a. At the direction of the Engineer, a full circle steel clamp shall be utilized to connect segments of the HDPE pipe. E. New Pipe Installation 1. Connect a power winch cable to the end of the liner by use of a suitable pulling head, equal to the outside diameter of the liner. 2. Secure the pulling head to the liner and then attach the head to the power winch cable so that the liner can be satisfactorily fed and pulled through the sanitary sewer main. 3. Provide proper bumpers in the insertion pit in order to prevent the ragged edges of the existing pipe from scarring the outside of the liner as it is pulled into the existing sewer. 4. Take appropriate precautions to not damage the liner or break or separate any of the butt -fused joints. a. Limit the length of the liner pulled in any 1 segment as necessary to prevent any backup of service lines which may result due to restricted flow through the annular space. 5. In order to ensure the integrity of the polyethylene liner, limit the pulling force exerted on the liner to that recommended by the liner manufacturer. 6. Use a suitable pulling head such that the pulling head and liner will separate from each other when the pulling force exerted on the liner reaches the maximum force recommended by the manufacturer. a. The pulling head design (including calculations) shall be approved by the Engineer prior to its use. 7. As an alternative, use a measuring device (spring, gauge, etc.) connected to the pulling cable which shall register the pulling force being exerted on the liner. a. The pulling force shall not exceed the maximum force recommended by the manufacturer. 1) The measuring device shall be approved by the Engineer prior to its use. 8. The Contractor may be allowed to push the liner subject to the Engineer's approval. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333122-9 SANITARY SEWER SLIPLINING Page 9 of 10 a. Use care to avoid any buckling of the liner by limiting the stroke of the backhoe. b. Any portion of the liner damaged during this insertion process shall be cut out and the liner rejected. 9. In certain cases, the Contractor may be permitted to use a combination of pulling and pushing to enhance the insertion of the liner. a. A liner that is permitted to be pushed shall not have an open end which can allow sand or other debris to be pushed into the liner. 10. In all excavations where the liner is not within the existing sanitary sewer line (carrier pipe), install cement -stabilized sand bedding per Section 33 05 10. F. Anchoring New Liner and Sealing Manholes 1. The new liner shall protrude in the manholes for enough distance to allow sealing and trimming (but not less than 4 inches). 2. Wait a minimum of 10 hours after installation for the liner to reach equilibrium before sealing the new liner at manholes. 3. Seal the annular space between the liner and the existing sanitary sewer main at each manhole with a chemical seal and nonshrink repair mortar (grout). a. Place Oakum soaked in Scotchseal 5600 or equal in a band to form an effective water -tight gasket in the annular space between the liner and the existing pipes in the manholes. b. The width of the band shall be a minimum of 12 inches or %2 the diameter of the pipe, whichever is greater. c. Finish off with non -shrink repair mortar (grout) placed around the annular space from inside the manhole to a width of not less than 6 inches. d. The chosen method, including chemicals and materials, must be approved by the Engineer. 4. Cut the liner so that it extends a minimum of 4 inches into the manhole. a. Make a smooth, vertical cut and slope the area over the top of the exposed liner using non -shrink repair mortar (grout). b. Use repair mortar to form a smooth transition with a reshaped invert and a raised manhole bench such that the shape edges of the liner pipe, the concrete bench or the channeled invert shall not catch debris or create a stoppage. c. Rework the invert of the manhole to match the flow line of the new liner. G. Sewer Service Connections 1. Install service connections in accordance with 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. Post -Construction Closed Circuit Television (CCTV) Inspection a. Conduct a Post -Construction CCTV Inspection in accordance with Section 33 0131. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333122 -10 SANITARY SEWER SLIPLINING Page 10 of 10 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] 1040 IZII 0&1 x0l 11130 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333123-1 SANITARY SEWER PIPE ENLARGEMENT Page 1 of 8 SECTION 33 3123 SANITARY SEWER PIPE ENLARGEMENT PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing) a. This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 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 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 31 15 — High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 8. Section 33 3150 — Sanitary Sewer Service Connections and Service Line 9. Section 33 39 10 — Cast -in -Place Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pipe Installation by Pipe Enlargement 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 "Pipe Enlargement" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pipe as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Launching pit 6) Receiving pit CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333123-2 SANITARY SEWER PIPE ENLARGEMENT Page 2 of 8 7) Bypass Pumping for pipes smaller than 18-inches 8) Disposal of excess material 9) Furnishing, placement and compaction of backfill 10) Clean-up 11) Cleaning 12) Testing 2. Point Repair a. Measurement 1) Measurement for this Item shall be by the linear foot measured horizontally along the surface following the pipe centerline for the length identified during the Pre -CCTV inspection and directed by the City. 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 "Sewer Pipe, Point Repair" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pipe as specified by the Drawings 2) Coupling 3) Pavement removal 4) Excavation 5) Hauling 6) Bypass Pumping for pipes smaller than 18-inches 7) Disposal of excess material 8) Furnishing, placement and compaction of backfill 9) Clean-up 10) Cleaning 11) Testing Service Reinstatement, Pipe Enlargement a. Measurement 1) Measurement for this Item shall be per each service to be reinstated. 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 "Service Reinstatement, Pipe Enlargement'. c. The price bid shall include: 1) Furnishing and installing pipe as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Launching pit 6) Receiving pit 7) Bypass Pumping for pipes smaller than 18-inches 8) Disposal of excess material 9) Furnishing, placement and compaction of backfill 10) Clean-up 11) Cleaning 12) Testing CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333123-3 SANITARY SEWER PIPE ENLARGEMENT Page 3 of 8 1.3 REFERENCES A. Abbreviations and Acronyms 1. HDPE — High Density Polyethylene 2. CCTV — Closed Circuit Television B. Definitions Pipe Bursting/Crushing a. The reconstruction of gravity sewer pipe by installing an approved pipe material by use of a static, hydraulic or pneumatic hammer "moling" device, suitably sized to break out the old pipe or by using a modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. b. Forward progress of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus. c. The replacement pipe is either pulled or pushed into the bore. d. The method allows for replacement of pipe sizes from 8-inches through 21- inches and/or upsizing in varying increments up to 21-inches. C. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. D 1248 Specifications for Polyethylene Plastic Molding and Extension Materials b. D 1693 Test for Environmental Stress -Cracking of Ethylene Plastics c. D2122 Determining Dimensions of Thermoplastic Pipe and Fittings d. D2837 Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials e. D3350 Specification for Polyethylene Plastic Pipe and Fittings Materials £ F714 Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter (3" IPS and Larger) 3. City of Fort Worth Code of Ordinances a. Part 11, Chapter 23 Offenses and Miscellaneous Provisions, Section 8 Noise 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City, Engineer, franchise utilities, etc. as described in the Drawings. 2. Provide advanced notice prior to commencing actual pipe enlargement activities, as described in the Drawings, in order to allow the City to provide appropriate advanced notice to affected residents. 3. Review the location and number of insertion or access pits with the City Inspector prior to excavation. B. Sequencing 1. Provide a bypass pumping plan, when required, detailing collection and discharge locations and method of bypass pumping in accordance with Section 33 03 10, prior to the start of construction. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333123-4 SANITARY SEWER PIPE ENLARGEMENT Page 4 of 8 2. Provide a phasing plan with the sequence of construction prior to the start of construction. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Special Procedure Submittals 1. Provide a bypass pumping plan when required by Contract Documents in accordance with Section 33 03 10. 2. Provide a phasing plan with the sequence of construction prior to the start of construction. 1.7 CLOSEOUT SUBMITTALS A. Record Documentation 1. Provide Closed Circuit Television inspection reports in accordance with Section 33 0131. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. The Contractor shall be certified by the particular Pipe Enlargement system manufacturer that such firm is a licensed installer of their system. No other Pipe Enlargement system other than those listed in these Specifications is acceptable. 2. The Contractor shall be able to show that the personnel directly involved with the Pipe Enlargement have adequate experience with similar work. B. Pre -construction and Post -construction Testing 1. Provide Pre -construction and Post -construction Closed Circuit Television (CCTV) Inspection of the pipeline to be replaced and/or enlarged in accordance with Section 33 01 31. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 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 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333123-5 SANITARY SEWER PIPE ENLARGEMENT Page 5 of 8 a. The manufacturer must comply with this Specification and related Sections. 1. 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. Materials 1. HDPE Pipe a. The pipe and fitting material shall conform to Section 33 31 15. 2. Service Saddles a. Conform to Section 33 3150. 3. Repair Clamp a. Conform to Section 33 31 15. 4. Manhole Inverts and Benches a. Inverts and benches requiring replacement shall conform to Section 33 39 10. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] k*M WA.1u I I►/:V I to] eI A. Verification of Conditions 1. Provide Pre -Construction Closed Circuit Television (CCTV) Inspection of the pipeline to be replaced/enlarged in conformance with Section 33 01 31. a. Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by Closed Circuit Color Television. B. Evaluation and Assessment 1. Identify, by location, the presence of line obstructions in the existing sewer (heavy solids, dropped joints, protruding service taps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process and which cannot be removed by conventional sewer cleaning equipment. 2. Identify, by location, the presence of sags in the sewer line(s) by the following procedure: a. Perform CCTV inspection. b. Provide CCTV inspection results to the City. c. The City Inspector will review the Pre -CCTV tapes to determine if any excessive sags exist and will inform the Contractor which segments of pipe are to be replaced by point repair. 3.3 PREPARATION A. Bypassing Sewage 1. Bypass pump sewage in accordance with Section 33 03 10. B. Line Obstructions 1. If identified in the CCTV inspection, remove line obstruction. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333123-6 SANITARY SEWER PIPE ENLARGEMENT Page 6 of 8 a. Removal of obstruction is considered subsidiary to CCTV inspection. C. Point Repairs 1. Perform point repair as identified on the Drawings or at the discretion of the City. This may include: 1) Pipe replacement 2) Digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert 3.4 INSTALLATION A. Site Organization 1. Locate insertion or access pits such that their total number will be minimized and the length of replacement pipe installed in a single pull shall be maximized. 2. Use existing manholes wherever practical. a. Manhole inverts and bottoms may be removed to permit access for installation equipment. 3. Locate equipment used to perform the work away from buildings so as not to create a noise impact. Conform to City of Fort Worth Code of Ordinances, Part II, Section 23-8. a. Provide silencers or other devices to reduce machine noise as needed to meet requirements. B. Schedule 1. Upon commencement of the actual pipe enlargement, do not begin a segment of work that cannot be completed before the end of the work day. C. Finished Pipe 1. The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thickness, pipe separation and other deformities. 2. Carefully cut out the replacement pipe passing through or terminating in a manhole in a shape and manner approved by the Engineer. 3. Streamline and improve the manhole invert and benches to ensure smooth flow. 4. The installed pipe shall meet the leakage requirements of the pressure test specified herein. D. Pipe Jointing 1. Assemble and join sections of HDPE replacement pipe on the job site above ground. 2. Use the heating and butt -fusion system for jointing in strict conformance with the manufacturer's printed instructions and in accordance to Section 33 31 15. 3. Ensure that the butt -fusion joints have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure and alignment. 4. It shall be the sole responsibility of the Contractor to provide an acceptable butt - fusion joint. 5. Make all joints available for inspection by the Engineer before insertion. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333123-7 SANITARY SEWER PIPE ENLARGEMENT Page 7 of 8 6. Join the replacement pipe on site in appropriate working lengths near the insertion pit. a. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any 1 time shall be 600 linear feet. 7. For situations where the replacement pipe is not pulled all the way to the manhole, a repair clamp shall be utilized to connect segments of the HDPE pipe, as approved by the Engineer. E. New Pipe Installation 1. Install new pipe in accordance with the manufacturer's recommendations. F. Anchoring New Pipe and Sealing Manholes 1. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes. a. The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming (but not less than 4 inches). 2. Wait a minimum of 10 hours after installation before sealing the new pipe at manholes. 3. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall. 4. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. 5. Restore manhole bottom and invert. G. Sewer Service Connections 1. Install service connections in accordance with Section 33 3150. H. Rescue 1. The cost for rescue of static, hydraulic or pneumatic hammer "moling" devices or modified boring "knives" that become stuck or excessively buried and require additional excavation to retrieve shall be the sole responsibility of the Contractor. I. Surface Restoration 1. Any damage caused to paving structures or any other surface fracture resulting from the pipe enlargement shall be repaired or replaced to the same condition, or better, at the expense of the Contractor. 3.5 REPAIR /RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Post -Construction Closed Circuit Television (CCTV) Inspection 1. Video Inspection a. Conduct a Post -Construction CCTV Inspection in accordance with Section 33 0131. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333123-8 SANITARY SEWER PIPE ENLARGEMENT Page 8 of 8 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] I II\I IZII 0&1 x0l I Mei Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333150-1 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 ofbackfill 12) Clean-up 2. New Ductile Iron Sewer Service a. Measurement 1) Measurement for this Item shall be per each Ductile Iron Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "DIP Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New DIP Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout and cap with concrete pad 9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction ofbackfill 12) Clean-up 3. New Bored Sewer Service a. Measurement 1) Measurement for this Item shall be per each Bored Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 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 RaceTrac Risinger City Project No. 105656 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 31 50 - 3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 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 RaceTrac Risinger City Project No. 105656 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 RaceTrac Risinger City Project No. 105656 33 31 50 - 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 1, 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 SUBMITTALSANFORMATIONAL SUBMITTALS 43 A. Product data shall include, if applicable: 44 1. Tee connection or saddle CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 26, 2013 33 31 50 - 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 26, 2013 33 31 50 - 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 33 31 50 - 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. f. 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 RaceTrac Risinger City Project No. 105656 33 31 50 - 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised April 26, 2013 333910-1 CAST -IN -PLACE CONCRETE MANHOLE Page 1 of 7 SECTION 33 39 10 CAST -IN -PLACE CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer Cast -in -Place Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 0130 — Sewer and Manhole Testing 6. Section 33 05 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures IRM 9 S 101 W.10 13 Z%140 I Blel 8 9 1@101011117OKI A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Concrete 5) Backfill 6) Foundation 7) Drop pipe 8) Stubs 9) Frame 10) Cover 11) Grade rings 12) Pipe connections 13) Pavement removal CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 3339 10 - 2 CAST -IN -PLACE CONCRETE MANHOLE Page 2 of 7 14) Hauling 15) Disposal of excess material 16) Placement and compaction of backfill 17) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 3. Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Sewer Junction Structure" location. c. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333910-3 CAST -IN -PLACE CONCRETE MANHOLE Page 3 of 7 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection (s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe d. Shallow Manhole (See City Standard Details) 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch c. See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Drop connection materials CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 3339 10 - 4 CAST -IN -PLACE CONCRETE MANHOLE Page 4 of 7 2. Pipe connections at manhole walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 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. Materials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 2100. 3. Frame and Cover — Conform to Section 33 05 13. 4. Grade Ring — Conform to Section 33 05 13. 5. Pipe Connections a. Pipe connections can be premolded pipe adapter, flexible locked -in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner — Conform to Section 33 39 60, if required. 7. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. c. Solids content is 68 percent by volume f 2 percent. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333910-5 CAST -IN -PLACE CONCRETE MANHOLE Page 5 of 7 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. kJ%=9S017I;7:V11130 A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate, creating a stable base for the manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Cast manhole foundation and wall monolithically. a. A cold joint with water stop is allowed when the manhole depth exceeds 12 feet. b. No other joints are allowed unless shown on Drawings. 3. Place, finish and cure concrete according to Section 03 30 00. a. Manholes must cure 3 days before backfilling around structure. B. Pipe connection at Manhole 1. Do not construct joints of sewer pipe within wall sections of manhole. C. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe -manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. Sewer pipe may be laid through the manhole and the top 1/2 of the pipe removed to facilitate manhole construction. 4. For all standard manholes provide full depth invert. 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 inches in depth. D. Drop Manhole Connection CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333910-6 CAST -IN -PLACE CONCRETE MANHOLE Page 6 of 7 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. E. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. F. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. G. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure for 3 days before backfilling around structure. 3. Coat the same date the forms are removed. 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 5. Application will follow manufacturer's recommendation. H. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. I. Junction Structures 1. All structures shall be installed as specified in Drawings. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333910-7 CAST -IN -PLACE CONCRETE MANHOLE Page 7 of 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.1.c. — reinforcing steel removed from items to be included in price bid CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 333920-1 PRECAST CONCRETE MANHOLE Page 1 of 6 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 0130 — Sewer and Manhole Testing 6. Section 33 05 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for `Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 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 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 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 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 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 on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 2. Precast Joints a. Provide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d. Include manufacturer's stamp on each section. 3. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 4. Frame and Cover — Conform to Section 33 05 13. 5. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 6. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot -type connector installed in a circular block out opening conforming to ASTM C923. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner — Conform to Section 33 39 60. 9. Exterior Coating a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D 1187 Type I and ASTM D 1227 Type III Class 1. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 6 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell -and -spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe -manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. E. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A.1 — Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D. Johnson 1.3.B.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.B.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 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 1HB by A.W. Chesterton 13 Company, is acceptable. 14 3. For sanitary sewer mains 8-inch diameter and smaller, and less than 6-feet in depth, 15 use of a liner system, SpectraShield, is acceptable. 16 B. Deviations from this City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1— General Requirements 22 3. Section 33 0130 — Sewer and Manhole Testing 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Manholes 26 a. Measurement 27 1) Measurement for this Item 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 RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 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 RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 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 Unreinforced and 7 Reinforced Plastics and Electrical Insulating Materials. 8 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 9 the Taber Abraser. 10 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 11 Gages. 12 g. D7234, Stand Test Method for Pull -Off Adhesion strength of Coatings on 13 Concrete Using Portable Pull -Off Adhesion Testers. 14 3. Environmental Protection Agency (EPA). 15 4. NACE International (NACE). Published standards from the National 16 Association of Corrosion Engineers 17 5. Occupational Safety and Health Administration (OSHA). Employ a trench 18 safety system in accordance with Section 19 6. Resource Conservation and Recovery Act, (RCRA). 20 7. The Society for Protective Coatings/NACE International (SSPC/NACE): 21 a. SP 13/NACE No. 6, Surface Preparation of Concrete. This includes 22 monitoring for hydrogen sulfide, methane, or low oxygen. Also includes 23 flow control equipment. Surface preparation equipment may include high 24 pressure water cleaning (3500 psi) and shall be suited to provide a surface 25 compatible for installation of the liner system. Surface preparation shall 26 produce a clean, abraded, and sound surface, with no evidence of loose 27 concrete, loose brick, loose mortar, oil, grease, rust, scale, other 28 contaminants or debris, and shall display a surface profile suitable for 29 application of the liner system. 30 b. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on 31 Conductive Substrates 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 0133 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Technical data sheet on each product used 39 2. Material Safety Data Sheet (MSDS) for each product used 40 3. Copies of independent testing performed on the coating product indicating the 41 product meets the requirements as specified herein 42 4. Technical data sheet and project specific data for repair materials to be topcoated 43 with the coating product including application, cure time and surface preparation 44 procedures CITY OF FORT WORTH RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 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 prequalification list, and the Contractor shall select the appropriate 28 manhole lining subcontractor based on the project scope of work. The 29 Contractor shall then provide the revised 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 RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 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- 11 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 clearlyindicate 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 RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 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 shallbe 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 product used 25 B. Coating Product 26 1. Capable of being installed and curing properly within a manhole or concrete utility 27 environment 28 2. Resistant to all forms of chemical or bacteriological attack found in municipal 29 sanitary sewer systems; and, capable of adhering to typical manhole structure 30 substrates 31 3. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the 32 following characteristics: 33 a. Application Temperature— 50 degrees F, minimum 34 b. Thickness —125 mils minimum for newly installed structures; 250 mils 35 minimum for rehabilitation of existing structures (Warren Environmental 36 System 301, ARC S1HB by A.W. Chesterton Company) 37 c. Color — White, Light Blue, or Beige 38 d. Compressive Strength (per ASTM D695) — 8,800 psi minimum 39 e. Tensile Strength (per ASTM D638) — 7,500 psi minimum 40 f. Hardness, Shore D (per ASTM D4541) — 70 minimum CITY OF FORT WORTH RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 33 39 60 - 7 LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 12 I 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 RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 33 39 60 - 8 LINERS FOR SANITARY SEWER STRUCTURES Page 8 of 12 B. Non -Conforming Work 2 1. City reserves the right to require additional testing depending on the rate of failure. 3 2. City will select testing locations. 4 C. Testing Frequency 5 1. Projects with 10 or less manholes and/or structures test all. 6 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 7 percent of manholes and/or structures after the first 10. 8 3. City will select the manholes and/or structures to be tested. 9 PART 3- EXECUTION 10 3.1 INSTALLERS 11 A. All installers shall be certified applicators approved by the manufacturers. Applicator 12 shall use adequate number of skilled workmen that have been trained and experienced for 13 the approved product. 14 15 3.2 EXAMINATION [NOT USED] 11''�c�tJm.7 Di 6M ME'% M Dlel 17 A. Manhole Preparation 18 1. Stop active flows via damming, plugging or diverting as required to ensure all 19 liquids are maintained below or away from the surfaces to be coated. 20 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 21 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 22 source. 23 a. Where varying surface temperatures do exist, coating installation should be 24 scheduled when the temperature is falling versus rising. 25 B. Surface Preparation 26 1. Remove oils, roots, grease, incompatible existing coatings, waxes, form release, 27 curing compounds, efflorescence, sealers, salts or other contaminants which may 28 affect the performance and adhesion of the coating to the substrate. Remove any 29 steps found in the structure. 30 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 31 means of degradation so that only sound substrate remains. 32 3. Surface preparation method, or combination of methods, that may be used include 33 high pressure water cleaning, high pressure water jetting, abrasive blasting, 34 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 35 others as described in SSPC SP 13/NACENo. 6. 36 4. All methods used shall be performed in a manner that provides a uniform, sound, 37 clean, neutralized, surface suitable for the specified coating product. 38 5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed 39 rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition. CITY OF FORT WORTH RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 33 39 60 - 9 LINERS FOR SANITARY SEWER STRUCTURES Page 9 of 12 1 6. After defects in the structure have been identified, seal cracks, repair exposed rebar 2 with new rebar to match existing, repair leaks and cracks with grout or other 3 methods approved by the Manufacturer and the City. Allnew rebar shallbe 4 embedded in 1 %2 inch epoxy mastic. Replace/seal connection between existing 5 frame and chimney if it is found loose or not attached. 6 7. The repair materials shall be trowel or spray applied by the lining Contractor 7 utilizing proper equipment on to specified surfaces. The equipment shall be 8 specially designed to accurately ratio and apply the specified materials and 9 shall be regularly maintained and in proper working order. The repair 10 mortar and epoxy topcoat must share the same epoxy matrix to ensure a 11 bonded weld. No cementitious repair material, quick setting high strength 12 concrete with latex or curing agent additives, or quick set mortars will be 13 allowed. Proper surface preparation procedures must be followed to ensure 14 adequate bond strength to any surface to be coated. New cement cure time is 15 at least 30 days prior to coating. The repair materials as specified in this 16 Section shall apply to both existing structures and new installed structures. 17 This includes Developer projects, in which new installed structures/manholes 18 have been identified with either cracks, voids, signs of infiltration, other 19 structural defects or other related construction damage. 20 3.4 INSTALLATION 21 A. General 22 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 23 grouting are complete. 24 2. Perform application procedures per recommendations of the coating product 25 manufacturer, including environmental controls, product handling, mixing and 26 application. 27 B. Temperature 28 1. Only perform application if surface temperature is between 40 and 120 degrees F. 29 2. Make no application if freezing is expected to occur inside the manhole within 24 30 hours after application. 31 C. Coating 32 1. Spray apply per manufacturer's recommendation at a minimum film thickness as 33 noted in Section 2.2.B. 34 2. Apply coating from bottom of manhole frame to the bench/trough, including the 35 bench/trough. 36 3. After walls are coated, remove bench covers and spray bench/trough to at least the 37 same thickness as the walls. 38 4. Apply any topcoat or additional coats within the product's recoat window. 39 a. Additional surface preparation is required if the rec oat window is exceeded. 40 5. Allow a minimum of 48 hours of cure time or be set hard to touch before 41 reactivating flow. CITY OF FORT WORTH RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 33 39 60 -10 LINERS FOR SANITARY SEWER STRUCTURES Page 10 of 12 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A Each structure will be visually inspected by the City the same day following the 5 application. 6 B. Groundwater infiltration of the system 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 1 I -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 RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 33 39 60 -11 LINERS FOR SANITARY SEWER STRUCTURES Page 11 of 12 1 2) For example, the typical testing requirements are 100 volts per mil to 2 12,500 volts to test 125 mils. Contractor shall mark any location that 3 shows a spark or potential for a pinhole and repair these locations per 4 manufacturer recommendations. 5 4. CCTV 6 a. Post Construction CCTV recordings shall be made after all other testing is 7 completed, including the repairs that are made to the lining following any test 8 failures. 9 b. After liner installation, conduct post -CCTV in accordance with Section 33 01 31. 10 Video camera shall be lowered from the top of the manhole to the invert, to video 11 all lined surfaces, prior to beginning post -CCTV of the main. Payment for this 12 work is subsidiary to the cost for the post -CCTV of the main. 13 c. A bonded third -party testing company shall perform the testing. 14 d. Or Contractor may perform tests if witnessed by representative of the coating 15 manufacturer. Coating manufacturer representative to provide certification that 16 Contractor performed tests in accordance with noted standards. 17 G. Non -Conforming Work 18 1. City reserves the right to require additional testing depending on the rate of failure. 19 2. City will select testing locations. 20 3. Repair all defects according to the manufacturer's recommendations. 21 H. Testing Frequency 22 1. Projects with 10 or less manholes and/or structures test all. 23 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 24 percent of manholes and/or structures after the first 10. 25 3. City will select the manholes and/or structures to be tested. 26 I. Test manhole for final acceptance according to Section 33 0130. 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Provide all test results from testing per Section 2.4 and applicator certifications per 32 Section 3.1 and in accordance with Section 1.7. In addition, perform vacuum test and 33 provide results using the test form per Section 33 0130, Sewer and Manhole Testing. 34 B. Upon final completion of the work, the manufacturer and/or the testing firm will 35 provide a written certification of proper application to the City. 36 C. The certification will confirm that the deficient areas were repaired in accordance with 37 the procedure set forth in this Specification. The final report will detail the location of the 38 repairs in the structure and description of the repairs. See attached testing forms. CITY OF FORT WORTH RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 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 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 RaceTrac STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105656 Revised April 29, 2021 City Project No.. 1056 POST INSTALLATION Fom' Wo 'ai MANHOLE LINER INSPECTION FORM ---_=-- WET FILM THICKNESS c, Company Name: Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Coating: Location of Structure: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SPHIPHON ENTRY BOX METERING STATION Wet Film Thickness Measurements Wet Film Thickness Gauge per ASTM D4414 at 3 Locations Within the Manhole Two (2) Spaced Equally Apart Along the Wall and One (1) on the Bench Steps: Yes / No Structure Material: MH Depth: MH Width: Lining Material: Bench: Yes / No Mil (Gauge) 125 / 250 Invert (Sprayed) Yes / *No Comments: *If No, Justify Indicate Measurements on the Diagram Above RaceTrac Risinger City Project No. 105656 POST INSTALLATION FORT WORTH MANHOLE ADHESION TEST FORM Company Name: Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Thickness of Epoxy Coating: Location of Structure: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SPHIPHON ENTRY BOX METERING STATION Adhesion Test Results (ASTM D7234) Inspection Date: Indicate test locations on drawing Inspection Company: Inspector Name: Manhole Depth: Number of Tests: Test Results: Comments: *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. RaceTrac Risinger City Project No. 105656 POST INSTALLATION MANHOLE HOLIDAY/SPARK DETECTION TEST FORM Company Name: Address: Phone #: Cell: Coating Date: Project Name: Contractor: Owner: Thickness of Coating: Location of Structure: Line & Station #: Structure Type: (check one) Liner Material: Spark Tester Serial #: Voltage Setting: Inspection Date: Inspection Company: Inspector Name: Repair Date: Comments: Work: Crew Leader: Project #: MANHOLE INFORMATION FORT WORTH Other: 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) Indicate defect locations on drawing *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include RaceTrac Risinger additional sketches as needed. City Project No. 105656 POST INSTALLATION Fom,WoR,m MANHOLE VACUUM TEST FORM Company Name: Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Project #: Contractor: Owner: Indicate Pass/Fail: Location of Structure: Manhole Pour or Placement Date: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MH TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 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: RaceTrac Risinger City Project No. 105656 334110-1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 SECTION 33 4110 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, including: a. Pipe or box fittings b. Connection of drain lines to curb inlets c. All joints d. All connections to new or existing pipe or headwalls, manholes, etc., to the lines and grades shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 4. Section 03 30 00 — Cast -in -Place Concrete 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 23 — Hand Tunneling 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Reinforced Concrete Storm Drain Pipe a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "RCP" installed for: a) Various sizes b) Various classes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334110-2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 2. Reinforced Concrete Storm Drain Culverts a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Box Culvert" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. T111, Inorganic Matter or Ash in Bituminous Materials. 3. ASTM International (ASTM): a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334110-3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 12 d. C361, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe. h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe. i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers. k. D4, Standard Test Method for Bitumen Content. 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic Compounds. in. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball Apparatus). n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt (Displacement Method). o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester. p. D 113, Standard Test Method for Ductility of Bituminous Materials. q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 4. TxDOT Test Procedures (Tex): a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for Precast Concrete 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS A. Certificates 1. Furnish manufacturer's certificate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced including, but not limited to: a. Reinforced concrete pipe b. Concrete box culvert c. Jointing materials CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334110-4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. 2. Keep pipe clean and fully drained during storage. 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 4. Repair or replace any damaged pipe before installation per the manufacturer's recommendation. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Fabrication Precast Reinforced Concrete Pipe a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively. b. Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate and water proportional to provide a homogeneous concrete meeting the specified strength requirements. c. Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. d. Do not use transit mixed concrete to manufacture precast concrete pipe. 2. Concrete Box Culvert a. Cast -in -Place 1) Conform to Section 03 30 00. b. Precast 1) Furnish machine made precast boxes in accordance with ASTM C1433. 2) Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate, and water proportional to provide a homogeneous concrete meeting the specified strength requirements. 3) Concrete water to cement ratio not to exceed 0.53 by weight 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless mix designs with lower cement content demonstrate that the quality and performance of the sections meet the requirements of this Specification. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334110-5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5 of 12 5) Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. 6) Do not use transit mixed concrete to manufacture precast concrete box culvert. 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 or ASTM A497. Jointing Materials a. Use any of the materials described in this Section for the making of joints. 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a) Provide flexible joint sealants that meet the requirements of ASTM C990. b) Utilize 1 continuous gasket conforming to the joint shape for each joint. c) Plastic gasket shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. d) Use flexible joint sealants that do not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength. e) Supply in extruded rope form of suitable cross section and size as to fill the joint space when the pipes are joined. f) Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint and obtain the squeeze out as described under construction methods. g) The gasket joint sealer shall be protected by a suitable removable 2- piece wrapper, and the 2-piece wrapper shall be so designed that '/2may be removed longitudinally without disturbing the other %2 to facilitate application as noted below. h) The chemical composition of the gasket joint sealing compound as shipped shall meet the requirements of Table 1 when tested in accordance with the test methods shown. Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds i) Gasket joint sealing compound when immersed for 30 days at ambient room temperature separately in 5 percent solution of caustic potash, a mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric acid and a saturated hydrogen sulfide (H2S) solution shall show no visible deterioration. j) The physical properties of the gasket joint sealing compound as shipped shall meet the requirements in Table 2 when tested in accordance with the test methods shown. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334110-6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Table 2. Sealing Compound Physical Properties Property Specific Gravity at 77 degrees F Ductility at 77 degrees F Softening Point at 77 degrees F Penetration 32 degrees F (300-gms) 60-seconds 77 degrees F (150-gms) 5-seconds 115 degrees F (150-gms) 5-seconds Flash Point C.O.C. Fire Point C.O.0 Page 6 of 12 Test Method Typical Analysis ASTM D71 1.20 to 1.35 ASTM D 113 5.0 centimeters minimum ASTM D36 320 degrees F minimum 75 minimum ASTM D217 50 to 120 150 max ASTM D92 600 degrees F 625 degrees F 3) Rubber Gaskets a) Provide gaskets that conform to ASTM C361 or ASTM C443. b) Meet the requirements of ASTM C443 for design of the joints and permissible variations in dimensions. B. Design Criteria Reinforced Concrete Pipe a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe with shell thickness, circumferential reinforcement and strength conforming to the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively, except as modified below: 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular reinforcement. 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its option, furnish pipe manufactured with either Wall "B" or Wall "C" minimum thicknesses and the applicable minimum steel area as listed for circular cages in Table II of ASTM C76, provided test strength requirements for Class III pipe are satisfactorily met. b. Jacking, Boring, or Tunneling 1) Design pipe for jacking, boring or tunneling conforming to the requirements of Section 33 05 23. 2) W en requested, provide design notes and drawings signed and sealed by a Texas licensed professional engineer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections Reinforced Concrete Pipe a. Acceptance of pipe will be determined by the results of the following tests: 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 2) Absorption tests in accordance with ASTM C497. 3) 3-edge bearing tests in accordance with ASTM C497. a) Testing Rate (1) If tested for 0.01-inch crack only: (a) Test 0.8 percent of pipe sections for each size included in order (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334110-7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the formation of a 0.01 inch crack and that meet the 0.01 inch test load requirements shall be accepted for use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series if a specimen fails to meet test requirements. (2) Entire pipe series will be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diameter may be accepted on the basis of material tests and inspection of completed product as an alternate to 3- edge bearing test, at the option of the manufacturer. (1) Acceptance of pipe will be determined by the results of the material tests as required in ASTM C76, ASTM C506 or ASTM C507. (a) Perform crushing tests on cores taken from barrel of completed and cured pipe. (b) Perform absorption tests on samples from pipe wall. (c) Inspect finished pipe including amount and placement of reinforcement. (2) Manufacturer will furnish facilities and personnel for taking core samples from pipe barrel and for determining compressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet strength requirements. (a) Plug and seal sections in a manner that the pipe section will meet all test requirements of ASTM C76, ASTM C506 or ASTM C507. (b) Pipe sections plugged and sealed as described above will be accepted for use. 4) Inspect the finished pipe to determine its conformance with the required design. 2. Cast -in -Place Concrete Box Culvert a. Provide test specimens that meet the requirements of Division 03. Precast Box Culvert a. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. b. Make a minimum of 4 test cylinders for each day's production run and each mix design. c. Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the specimens in accordance with Tex-704-I. B. Sizes and Permissible Variations 1. Reinforced Concrete Pipe a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible under run of length are in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334110-8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 12 b. W ere rubber gasket pipe joints are to be used, the design of joints and permissible variations in dimensions shall be in accordance with ASTM C443, Sections 7 and 8. 2. Cast -in -Place or Precast Box Culvert a. Ensure that precast sections of either type meet the following requirements: 1) The inside vertical and horizontal dimensions do not vary from Drawing requirements by more than 1/2 inch or 1 percent, whichever is greater. 2) The horizontal or vertical plane at each end of the box section does not vary from perpendicular by more than 1/2 inch or 1 percent, whichever is greater, measured on the inside faces of the section. 3) The sides of a section at each end do not vary from being perpendicular to the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, when measured diagonally between opposite interior corners. b. Ensure that wall and slab thicknesses are not less than shown on the Drawings except for occasional deficiencies not greater than 1/4 inch or 5 percent, whichever is greater. 1) If proper jointing is not affected, thicknesses in excess of Drawing requirements are acceptable. c. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or job site and the joint opening at any point does not exceed 1 inch. 1) Use match marks for proper installation on sections that have been accepted in this manner. C. Workmanship and Finish 1. Reinforced Concrete Pipe a. Ensure that pipe is substantially free from fractures, large or deep cracks and surface roughness. b. Ensure that ends of pipe are normal to the walls and centerline of the pipe within the limits of variations allowed as stated previously. 2. Cast -in -Place or Precast Box Culvert a. Fine cracks on the surface of the member that do not extend to the plane of the nearest reinforcement are acceptable unless the cracks are numerous and extensive. b. Repair cracks that extend into the plane of the reinforcing steel in an approved manner. c. Excessive damage, honeycomb or cracking will be subject to structural review. d. The City may accept boxes with repairs that are sound, properly finished and cured in conformance with pertinent Specifications. e. W en fine cracks on the Aurface indicate poor curing practices, discontinue further production of precast sections until corrections are made and proper curing is provided. D. Curing 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type of pipe as referred to above. E. Marking 1. Reinforced Concrete Pipe a. Clearly mark the following information on each section of pipe: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334110-9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 1) Class of pipe 2) ASTM designation 3) Date of manufacture 4) Identification of plant 5) Name or trademark of the manufacturer 6) Pipe to be used for jacking and boring b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end of each section during the process of manufacture or immediately after with the following: 1) The location of the top or bottom of the pipe as it should be installed, unless the external shape of the pipe is such that the correct position of the top and bottom is obvious 2) Mark the pipe section by indenting or painting with waterproof paint. 2. Cast -in -Place or Precast Box Culvert a. Mark precast boxes with the following: 1) Name or trademark of the producer 2) Date of manufacture 3) Box size 4) Minimum and maximum fill heights b. For boxes without lifting holes, mark 1 end of each box section on the inside and outside walls to indicate the top or bottom as it will be installed. c. Indent markings into the box section or paint them on each box with waterproof paint. F. Pipe/Box Rejection 1. Individual sections of pipe/box maybe rejected if any of the Specification requirements are not met or if any of the following exist: a. Fractures or cracks passing through the shell, with the exception of a single end crack that does not exceed the depth of the joint b. Defects that indicate imperfect proportioning, mixing and molding c. Surface defects indicating honeycombed or open texture d. Damaged ends which would prevent making a satisfactory joint e. Any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inch or more 2. Mark rejected pipe/box with painted "REJECTED". 3. Remove rejected pipe/box immediately from job site and replace with pipe/box meeting the requirements of this Specification. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for open -cut type installation. 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling methods are specified on Drawings. 3. Establish and maintain lines and grades. B. Pipe/Box Laying — Trench Installation 1. Ensure that pipe/box and fittings are laid and jointed infirm trench bottom conditions. 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot or tongue end of the pipe joint pointing downstream, and proceed toward the inlet or upstream end with the abutting sections properly matched, true to the established lines and grades. 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box according to manufacturer's recommendation. 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing the prepared bedding or sides of trench. 5. Carefully clean pipe/box ends before pipe is placed in trench. 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each length of pipe/box is laid. 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in trench so that the markings for top or bottom are not more than 5 degrees from the vertical plane through the longitudinal axis of the pipe 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment or that shows excessive settlement after laying. C. Multiple Barrel Box Culvert Placement 1. Fill the annular space between multiple boxes with crushed rock or CLSM according to 03 34 13. a. Water jetting will not be allowed between parallel boxes. 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched. 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established lines and grades. D. Jointing Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a. Brush -apply a suitable primer, recommended by the manufacturer of the gasket joint sealer, to tongue and groove joint surfaces and end surfaces. 1) Ensure that surface to be primed is clean and dry when primer is applied. 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement protrusions. 3) Allow primer to dry and harden. b. Attach plastic gasket sealer around tapered tongue or tapered groove near the pipe joint hub or shoulder, before laying pipe in trench. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 3341 10 - 11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 11 of 12 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and press it firmly to the clean, dry pipe joint surface. 1) Do not remove the outside wrapper until immediately before pushing pipe into its final position. d. Align the tongue correctly with the flare of the groove. e. Remove outside wrapper on the gasket and pull or push pipe home with sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause evidence of gasket material squeeze -out on inside or outside around complete pipe joint circumference. 1) Remove any joint material that pushed out into the interior of pipe. 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on line and grade at all times. f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint has been inspected and approved by the Engineer or Inspector. 1) Take special precautions in placing and compacting backfill to avoid damage to joints. g. When the atmospheric temperature is below 60 degrees F, store pre -formed flexible joint sealants in an area warmed to above 70' degrees F or artificially warmed to this temperature in a manner satisfactory to the Engineer. 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, followed by connection to previously laid pipe. 2. Rubber Gaskets a. Make the joint assembly according to the recommendations of the gasket manufacturer. b. When using rubber gaskets, make joints watertight. c. Backfill after the joint has been inspected and approved. E. Backfill 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. F. Pipe fittings 1. Poured Concrete Pipe Collars a. Provide collars for locations shown on Drawings. b. Collar cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe collars shown on the Drawings. 2. Shop and Field -Fabricated Wyes, Tees, Crosses and Bends a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as indicated on Drawings or required by the Engineer. b. Shop -fabricate fittings for maximum pipe size less than 24-inches in diameter for the larger pipe. c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. d. Field -fabricate fittings for box culverts. e. Take care in fabrication that concrete walls of pipe are broken back only enough to provide the required finished opening. f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a rigid connection. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 3341 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 12 of 12 g. Concrete or mortar (as specified in this segment) shall be wiped over the reinforcing wires connecting the 2 pipe joints, compacted by light blows, shaped to the contour of the pipe barrels, lightly brushed for finish and cured under wet burlap. Poured Concrete Pipe Plugs a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines terminate at locations with no connection to drainage structures. b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe plugs shown on the Drawings. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Perform post -construction TV inspection of all installed reinforced concrete pipes/boxes conforming to the requirements of Section 33 01 31. 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. a. At the City's discretion, replace any pipe/box that is determined to have jointing problems, cracking or significant debris. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 3341 11 -1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 1 of 7 SECTION 33 4111 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN PART1- GENERAL 1.1 SUMMARY A. Section Includes: Furnishing and installing high density polyethylene (HDPE) storm drain pipe, 15- inch through 36-inch, including: a. Pipe fittings b. Connecting drain lines to curb inlets c. All joints d. All connections to new or existing pipe or headwalls, manholes, etc., to the lines and grades shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill IfflMlffflWIWI03Z%140IDlehr9,1110111111 &I A. Measurement and Payment 1. HDPE Storm Drain Pipe a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "HDPE Pipe" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Jointing 3) Connections to all drainage structures 4) All materials 2. HDPE Lateral Lines a. Measurement CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac 105656 Revised December 20, 2012 City Project No.. 1056 3341 11 -2 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 2 of 7 1) Measured along the longitudinal centerline of the pipe from centerline of the connected main conduit to the termination point of the lateral as shown on the Drawings b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of HDPE Lateral Line installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Jointing 3) Connections to all drainage structures 4) All materials 3. HDPE Structural Leads a. Measurement 1) Measured along the longitudinal centerline of the pipe from centerline of the connected main or lateral conduit to the inside face of the connected curb inlet or box as shown on the Drawings b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of HDPE Structural Lead installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Jointing 3) Connections to all drainage structures 4) All materials 1.3 REFERENCES A. Abbreviations and Acronyms 1. HDPE — High Density Polyethylene B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. M252, Standard Specification for Corrugated Polyethylene Drainage Pipe. b. M294, Standard Specification for Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter. 3. ASTM International (ASTM): a. D2321, Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac 105656 Revised December 20, 2012 City Project No.. 1056 3341 11 -3 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 3 of 7 c. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. d. D3350, Standard Specification for Polyethylene Plastic Pipe and Fittings Materials. e. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. f. F894, Standard Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe. g. F949, Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings. 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/INFORMATION SUBMITTALS A. Product Data 1. Submit the following: a. Manufacturing plant b. Date of manufacture c. Pipe unit mass d. Material distribution e. Pipe dimensions f. Water inlet area g. Pipe stiffness h. Pipe flattening i. Pipe brittleness j. ASTM resin cell classification k. Workmanship B. Certificates 1. Furnish an affidavit certifying that all HPDE gravity pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM standards as listed herein. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. 2. Keep pipe clean and fully drained during storage. 3. Transport, handle and store pipe and fittings as recommended by manufacturer. CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac 105656 Revised December 20, 2012 City Project No.. 1056 3341 11 -4 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 4 of 7 4. Repair or replace any damaged pipe before installation per the manufacturer's recommendation. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. HDPE Storm Drain Pipe 1. General a. Provide HDPE pipe and fittings meeting the requirements in AASHTO M294. b. Provide HDPE pipes and fittings manufactured from virgin polyethylene (PE) compounds, conforming to the requirements of cell class 335400C as defined and described in ASTM D3350, except that the maximum allowable carbon black content is 5 percent. 1) Use PE compound meeting the Environmental Stress Crack Resistance according to the SP-NCTL test set forth in AASHTO M294. c. Use Type S (outer corrugated wall with smooth inner liner) HDPE pipes. d. The minimum wall thickness of the inner walls of Type S pipe is specified in AASHTO M294, Section 7.2.2. 1) The pipe stiffness at 5 percent deflection, when determined in accordance with ASTM D2412, is specified in AASHTO M294, Section 7.4. e. The use of HDPE storm drain pipe larger than 36 inches in diameter will not be allowed. 2. Joints a. Provide watertight joints meeting the requirements of ASTM D3212. b. Integral Bell and Spigot 1) Ensure the bell overlaps a minimum of 2 corrugations of the spigot end when fully engaged. 2) Ensure the spigot end has an 0-ring gasket that meets ASTM F477. c. Exterior Bell and Spigot 1) Fully weld the bell to the exterior of the pipe and overlap the spigot end so that the flow lines and ends match when fully engaged. 2) Provide the spigot end with an 0-ring gasket that meets ASTM F477. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Test all HDPE storm drain pipe for elongation, brittleness, joint separation, quality and ring stiffiiess as specified in AASHTO M294, AASHTO M252 or ASTM F894 as applicable. 2. The quality of materials, the process of manufacture and the finished pipe may be subject to inspection and approval by the Engineer at the manufacturing plant. CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac 105656 Revised December 20, 2012 City Project No.. 1056 3341 11 - 5 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 5 of 7 3. In addition, the finished pipe will be subject to further random inspection by the Engineer at the project site before and during installation. B. Sizes 1. The minimum allowable HDPE storm drain pipe size is 15 inches in diameter. 2. 15- inch and 18-inch HDPE pipes are only allowed for use in driveway culverts 3. The maximum allowable HDPE storm drain pipe size is 36-inch diameter. a. Ensure that ends of pipe are normal to the walls and centerline of the pipe within the limits of the allowable variations as stated previously. C. Marking Furnish pipe clearly marked at maximum 12 foot intervals and clearly mark fittings and couplings as follows: a. Manufacturer's name or trade mark b. Nominal size c. Specification designation (e.g., AASHTO M294 or ASTM F949) d. Plant designation code e. Date of manufacture D. Pipe Rejection 1. Individual sections of pipe may be rejected if any of the Specification requirements are not met. 2. Mark rejected pipe with painted "REJECTED". 3. Remove rejected pipe immediately from job site and replace with pipe meeting the requirements of this Specification. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install all HDPE pipe systems in accordance with ASTM D2321 and Drawings. 2. Establish and maintain lines and grades. a. Unless otherwise shown on the Drawings or permitted in writing, do not use heavy earth -moving equipment over the structure until a minimum of 4 feet of permanent or temporary compacted fill is placed over the top of the structure. b. Before adding each new layer of loose backfill material, until a minimum of 12 inches of cover is obtained, check the inside periphery of the structure for local or unequal deformation caused by improper construction methods. 1) Evidence of such will be reason for corrective measures as directed. c. Remove and replace pipe damaged by the Contractor at no expense to the City. 3. Conform to the requirements of Section 33 05 10 and Drawings for excavation and embedment. CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac 105656 Revised December 20, 2012 City Project No.. 1056 3341 11 -6 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 6 of 7 B. Pipe Laying 1. Ensure that pipe and fittings are laid and jointed in firm trench bottom conditions. 2. Start laying pipe on the bedding at the outlet or downstream end and proceed toward the inlet or upstream end, true to the established lines and grades. 3. Provide appropriate facilities for hoisting and lowering the sections of pipe. 4. Lift and lower sections of pipe into trench without damaging pipe or disturbing the prepared bedding or sides of trench. 5. Carefully clean pipe ends before pipe is placed in trench. 6. Protect pipe open end to prevent entrance of earth or bedding material as each length of pipe is laid. 7. Fit, match and lay pipe to form a smooth, uniform conduit. 8. Remove and re -lay, without extra compensation, pipe that is not in alignment or that shows excessive settlement after laying. 9. At the Engineer's discretion, all pipe exceeding 7.5 percent deflection (as per AASHTO Section 30) will require replacement or re -compaction at the Contractor's expense when measured or inspected not less than 30 days following completion of installation. a. Deflection is defined per ASTM D2321. C. Pipe Joining 1. Install the joints so that the connection of the pipe sections forms a continuous line free from irregularities in the flow line. 2. Operators must be certified by the manufacturer to use the fusion equipment. 3. Follow the time and temperature recommendations of the manufacturer. 4. Joints shall be stronger than the pipe itself, be properly aligned, and contain no gaps or voids. 5. Remove bead projection on the outside of the pipe to reduce drag during pipe installation process. D. Connections and Stub Ends 1. Make connections of pipe to existing systems or appurtenances as shown on the Drawings or as directed. 2. Mortar or concrete the bottom of the existing structures, if necessary, to eliminate any drainage pockets created by the new connection. 3. W ere the pipe is connected into existing structures which are to remain in service, restore any damage to the existing structure resulting from making the connection to the satisfaction of the Engineer. 4. Seal stub ends, for connections to future work not shown on the Drawings, by installing watertight plugs into the free end of the pipe. Include the cost for the above in cost of the pipe. E. Backfill 1. Conform to the requirements of Section 33 05 10 and Drawings for backfilling pipe trenches. CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac 105656 Revised December 20, 2012 City Project No.. 1056 3341 11 -7 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR STORM DRAIN Page 7 of 7 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. Perform post -construction mandrel testing. a. At the engineer's discretion, all pipe exceeding 7.5 percent deflection (as per AASHTO Section 30) will require replacement or re -compaction at the Contractor's expense when measured or inspected not less than thirty (30) days following completion of installation. 1) Deflection is defined per ASTM D2321. 2. Video Inspection a. Perform post -construction TV inspection of all installed HDPE storm drain pipe conforming to the requirements of Section 33 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1. LA — Revise pipe size to allow 15"-36" CITY OF FORT WORTH nger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RaceTrac 105656 Revised December 20, 2012 City Project No.. 1056 SECTION 33 46 00 SUBDRAINAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 334600-1 SUBDRAINAGE Page 1 of 6 1. Installation of pipe subdrains at the locations, lines and grades shown on the Drawings. a. If details are not shown on the Drawings, construct the subdrain in accordance with this Section and standard storm drain details. 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 3137 00 — Riprap 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 5. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured by the linear foot along the top of the pipe and includes the length of elbows, wyes, tees, and cleanouts 2. Payment a. The work performed and material 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 "Pipe Underdrain" installed for: 1) Various types 2) Various sizes b. The price bid shall include: 1) Furnishing and installing the specified Underdrain 2) Pipe 3) Couplers 4) Plugs 5) Screens 6) Filter material 7) Filter fabric 8) Excavation 9) Hauling 10) Disposal of excess materials 11) Connection to existing structures CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 334600-2 SUBDRAINAGE Page 2 of 6 12) Riprap 13) Furnishing, placing and compaction of embedment 14) Furnishing, placing and compaction of backfill 15) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. M36, Corrugated Steel Pipe, Metallic -Coated, for Sewers and Drains. b. M190, Standard Specification for Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches c. M196, Corrugated Aluminum Pipe for Sewers and Drains. d. M252, Standard Specification for Corrugated Polyethylene Drainage Pipe. e. M278, Standard Specification for Class PS46 Polyvinyl Chloride (PVC) Pipe. 3. ASTM International (ASTM): a. C33, Standard Specification for Concrete Aggregates. b. D448, Standard Classification for Sizes of Aggregate for Road and Bridge Construction. c. D2751, Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS) Sewer Pipe and Fittings. d. F949, Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings. 4. Texas Department of Transportation (TxDOT): a. Departmental Materials Specification (DMS): 1) DMS 6200, Filter Fabric. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data— Submit the following information in accordance with Section 01 33 00. 1. Subdrain pipe material to be used. 2. Filter fabric material to be used. 3. Sieve Analysis for filter material to be 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 334600-3 SUBDRAINAGE Page 3 of 6 PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Pipe 1. Use only 1 type of pipe for any subdrain system on the project. a. Use perforated pipe in areas to be drained and non -perforated pipe between the perforated pipe and the outfall. 2. Type 1 a. Corrugated steel pipe conforming to any type specified in AASHTO M36, fabricated from corrugated galvanized sheet. 3. Type 2 a. Corrugated aluminum pipe conforming to AASHTO M 196, Type I or IA, fabricated from corrugated sheet. 4. Type 3 a. Bituminous -coated corrugated steel pipe conforming to the requirements of Type 1 and uniformly coated inside and out with a minimum thickness of 0.05 inches with a bituminous material meeting the requirements of AASHTO M190. 5. Type 4 a. Bituminous -coated corrugated aluminum pipe conforming to the requirement of Type 2 and uniformly coated inside and out with a minimum thickness of 0.05 inches with a bituminous material meeting the requirements of AASHTO M190. 6. Type 5 a. Acrylonitrile-butadiene-styrene pipe conforming to ASTM D2751, SDR-35 b. Perforations must meet the requirements of AASHTO M278. 7. Type 6 a. Corrugated polyethylene plastic tubing conforming to ASTM M252. 8. Type 7 a. Corrugated polyvinyl chloride (PVC) pipe conforming to ASTM F949. 9. Type 8 a. Smooth -wall PVC pipe conforming to AASHTO M278, Class PS 46. B. Filter Material 1. Furnish Crushed Rock in accordance with Section 33 05 10. 2. Use only 1 type of filter material for any subdrain system on a project. C. Filter Fabric 1. Use filter fabric that meets the requirements of DMS-6200, "Filter Fabric," Type 1. D. Riprap 1. When required, provide concrete riprap in accordance with Section 3137 00. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 334600-4 SUBDRAINAGE Page 4 of 6 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Excavation 1. Begin excavation of the trench at the outfall and proceed toward its upper end, following the lines and grades shown on the Drawings or as directed by the Engineer. 2. Hold the minimum horizontal limits of excavation for filter material to the dimensions shown in Table 3 or as shown on the Drawings. Table 3 Minimum Horizontal Limits of Excavation for Filter Material Depth of Trench Trench Width (feet) (inches) 0to6 19 Over 6 to 10 25 Over 10 to 15 31 Over 15 37 B. Filter Fabric 1. In areas to be drained, place filter fabric in the bottom and sides of the trench before placing pipe or filter material. 2. Provide enough width of fabric to overlap on top of the filter material. C. Subdrain Pipe 1. Center perforated pipe in the excavated ditch with the perforations below the horizontal axis. 2. Lay pipe according to Drawing Details with the perforations on the underside of the pipe, unless otherwise directed by the Engineer. 3. Join the pipe with appropriate couplers in accordance with the manufacturer's recommendations. 4. Install non -perforated pipe sections between the perforated pipe and the outfall. a. The sections of non -perforated pipe do not require filter fabric or filter material. 5. Place a2-inch layer of filter material as a bottom course. 6. Firmly embed the Subdrain pipe in the filter material. 7. Install cleanouts at the upstream end of the line, at approximately 200-foot spacing, at bends and other locations shown on the Drawings, and in accordance with City Standard Details. 8. Place plugs recommended by the pipe manufacturer in the upper ends of all pipe. D. Filter Material CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 334600-5 SUBDRAINAGE Page 5 of 6 1. Place filter material at least 10 inches above the top of the pipe or as shown on the Drawings. 2. Do not allow filter material to displace the pipe. 3. After placing pipe and filter material, lap filter fabric over the top of the filter material according to the manufacturer's recommendation or as shown on the Drawings. E. Connection to Existing Structures 1. Storm Drain Structures a. Core hole in drainage structures such as inlets, manholes and junction boxes and connect downstream end of subdrain pipe. b. Seal connection with non -shrink grout. 2. Drainage Channels a. Where the subdrain discharges into a drainage channel, center the pipe outlet in a 2-foot by 2-foot concrete riprap pad. b. Place the riprap to match the contour and grade of the embankment slope. c. Cut the pipe to the slope of the riprap. 3. Retaining Walls a. Where the subdrain discharges through the face of a retaining wall, cut pipe to be flush with the face of wall. F. Backfill 1. Place backfill over the pipe in accordance with City Standard Details and Section 33 05 10 or as shown on the Drawings 3.5 RESTORATION A. Surface Restoration 1. In unpaved areas, restore surface in accordance with Section 32 91 19 and Section 32 92 13, as appropriate. 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 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 334600-6 SUBDRAINAGE Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.13 — Bid Item name updated to match Bid List 2.2.13 — Updated reference for Filter Material CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 334910-1 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 1 of 6 SECTION 33 49 10 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Storm drain cast -in -place concrete manholes and junction boxes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Division 3 — Concrete 4. Section 03 30 00 — Cast -In -Place Concrete 5. Section 3123 16 — Unclassified Excavation 6. Section 3150 00 — Excavation Support and Protection 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 8. Section 33 05 13 — Frame, Cover and Grade Rings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Storm Drain Manhole Risers a. Measurement 1) Measurement for this Item shall be per each Manhole Riser complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and will be paid for at the unit price bid per each "Manhole Riser" installed for: a) Various Sizes c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Manhole construction 8) Manhole frames 9) Steps 10) Ring and Cover 11) Clean-up CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 334910-2 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 2 of 6 2. Storm Junction Boxes a. Measurement 1) Measurement for this Item shall be per each Junction Box complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Storm Junction Box" installed for: a) Various sizes c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Junction Box construction 8) Junction Box frames 9) Steps 10) Ring and Cover 11) Clean-up Storm Junction Structure a. Measurement 1) Measurement for this Item shall be per each Junction Structure complete, or completed to the stage of construction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid per each "Storm Junction Structure" location. c. The price bid shall include: 1) Mobilization 2) Excavation 3) Hauling 4) Disposal of excess materials 5) Furnishing, placement and compaction of embedment 6) Furnishing, placement and compaction of backfill 7) Junction Box construction 8) Junction Box frames 9) Steps 10) Ring and Cover 11) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 334910-3 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 6 a. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. b. D4101, Standard Specification for Polypropylene Injection and Extrusion Materials. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATION SUBMITTALS A. Certificates 1. Furnish manufacturer's certificate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Concrete 1. Furnish concrete that conforms to the provisions of Section 03 30 00. B. Reinforcing Steel 1. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. C. Frames, Grates, Rings, and Covers 1. Provide frames, grates, rings and covers that conform to dimensions and materials shown on Drawings and Section 33 05 13. 2. Ensure that covers and grates fit properly into frames and seat uniformly and solidly. D. Steps 1. Provide polypropylene supports and steps to the shape and dimensions shown on Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 16, "Steps and Ladders." CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 334910-4 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 4 of 6 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Perform all concrete work in accordance with Division 3. 2. Use of forms is required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face a. Outside form for concrete bases supporting brick walls may be omitted with approval from the Engineer. 3. Cast polypropylene supports and steps into concrete walls when concrete is placed or drill and grout steps in place after concrete placement. B. Excavation and Embedment 1. Conform to the requirements of Section 3123 16, Section 3150 00 and Section 33 05 10, where applicable. C. Manholes for Precast Concrete Drain Pipes 1. Construct manholes for precast concrete pipe drains as soon as is practicable after drain lines into or through the manhole locations are completed. 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up with mortar. D. Manholes for Monolithic Drain Pipes 1. Construct bases for manholes on monolithic drain pipes either monolithically with the drain pipe or after the pipe is constructed. E. Manholes for Box Drains 1. Cast bases for manholes for box drains as an integral part of the drainage system. 2. Manholes may be constructed prior to backfilling or, if the Contractor so elects, manhole opening may be temporarily covered with timber to facilitate compaction of backfill for the pipe system as a whole with tractor equipment. a. Perform required excavation for manhole, construct manhole and backfill in accordance with Drawings. 3. For manholes that are over 5-feet deep, include all manhole steps required in the wall of the box drain. F. Junction Structures 1. All structures shall be installed as specified in Drawings. G. Inverts CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 334910-5 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 6 1. Shape and route floor inverts passing out or through the manhole as shown on the Drawings. 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. H. Curing 1. Cure all exposed concrete as required in Division 3. I. Finishing 1. Finish all concrete as required in Division 3. J. Form Removal 1. Remove concrete form as required in Division 3. K. Placement and Treatment of Castings, Frames, and Fittings 1. Place castings, frames and fittings in positions indicated on Drawings or as directed by Engineer, true to line and correct elevation. 2. Frames or fittings set in new concrete or mortar a. Place and position anchors or bolts before concrete mortar is placed. b. Do not disturb unit until mortar or concrete has set. 3. Frames or fittings placed upon previously constructed masonry a. Bring bearing surface or masonry true to line and grade, and present an even bearing surface, so that entire face or back of unit will come in contact with masonry. b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as directed and approved by the Engineer. 4. Ensure that units are set firm and secure. 5. Allow concrete or mortar to harden for a minimum 7 days. 6. Replace and fasten down grates or covers. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 334910-6 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 33 49 20 CURB AND DROP INLETS 33 49 20 -1 CURB AND DROP INLETS Page 1 of 5 5 A. Section Includes: 6 1. Construction of inlets, complete in place or to the stage detailed 7 a. Including furnishing and installing frames, grates, rings and covers 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 3. Division 3 —Concrete 14 4. Section 02 41 13 — Selective Site Demolition 15 5. Section 03 30 00 — Cast -In -Place Concrete 16 6. Section 03 80 00 — Modifications to Existing Concrete Structures 17 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 9. Section 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures 20 to Grade 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be per each inlet complete in place. 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Inlet" installed for or per 28 "Remove and Replace Inlet Top": 29 1) Various types 30 2) Various sizes 31 3. The price bid shall include: 32 a. Furnishing and installing the specified Inlet 33 b. Mobilization 34 c. Excavation 35 d. Hauling 36 e. Disposal of excess materials 37 f. Furnishing, placement and compaction of embedment 38 g. Furnishing, placement and compaction of backfill 39 h. Concrete 40 i. Reinforcing steel CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 4920 -2 CURB AND DROP INLETS Page 2of5 1 j. Mortar 2 k. Aluminum and castings 3 1. Frames 4 m. Grates 5 n. Rings and covers 6 o. Clean-up 7 1.3 REFERENC ES 8 A. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. ASTM International (ASTM): 13 a. C478, Standard Specification for Precast Reinforced Concrete Manhole and 14 Inlet Sections. 15 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 16 Materials. 17 c. C309, Standard Specification for Liquid Membrane -Forming Compounds for 18 Curing Concrete. 19 3. Texas Department of Transportation (TxDOT). 20 a. Departmental Materials Specification(DMS): 21 1) 7340, Qualification Procedure for Multi -Project Fabrication Plants of 22 Precast Concrete Manholes and Inlets. 23 1.4 ADMINISTRATIVE REQUIREMENT [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 0133 00. 26 B. All submittals shall be approved by the City prior to delivery. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Precast Concrete Inlet 30 2. Pipe connections at inlet walls 31 3. Stubs and stub plugs 32 4. Admixtures 33 5. Concrete Mix Design 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] 39 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 49 20 - 3 CURB AND DROP INLETS Page 3 of 5 1 PART 2 - PRODUCTS 2 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 4 A. Materials 5 1. Concrete 6 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 7 2. Reinforcing Steel 8 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 9 3. Mortar 10 a. Furnish mortar per Section 03 80 00. 11 4. Steps 12 a. Provide polypropylene supports and steps conforming to the shape and 13 dimensions shown on the Drawings that meet the requirements of ASTM 14 D4101 and ASTM C478, Section 16, "Steps and Ladders." 15 5. Curing Materials 16 a. Curing materials shall conform to the provisions of Division 3. 17 6. Frames, Grates, Rings and Covers 18 a. Provide frames, grates, rings and covers that conform to dimensions and 19 materials shown on Drawings and Section 33 05 13. 20 b. Ensure that covers and grates fit properly into frames and seat uniformly and 21 solidly. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] FTi=c km W 3 N Al;K111 [00 28 A. Removal 29 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 30 2. Drill, dowel, and grout in accordance with Section 03 30 00. 31 3.4 INSTALLATION 32 A. Interface with Other Work 33 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I 34 and Stage I1. 35 a. Build inlets designed to match the final roadway surface in stages. 36 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in 37 this Section. 38 a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 11, 2022 33 4920 -4 CURB AND DROP INLETS Page 4of5 1 3. Construct Stage II after the pavement structure is substantially complete unless 2 otherwise approved by the Engineer. 3 a. For Stage 11, construct the remaining wall height and top of inlet and furnish 4 and install any frames, grates, rings and covers, manhole steps, curb beams or 5 collecting basins required. 6 B. Cast -In -Place Inlets 7 1. Construct cast -in -place inlets in accordance with Section 03 30 00. 8 a. Forms willbe required for all concrete walls. 9 b. Outside wall forms for cast -in -place concrete maybe omitted with the approval 10 of the Engineer if the surrounding material can be trimmed to a smooth vertical 11 fac e. 12 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or 13 drill and grout steps in place after concrete placement. 14 C. Inlets for Precast Concrete Drain Pipes 15 1. Construct inlets for precast concrete drainpipes as soon as is practicable after storm 16 drain lines into or through the inlet locations are completed. 17 a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with 18 mortar. 19 D. Inlets for Monolithic Drain Pipes 20 1. Construct bases for inlets on monolithic drain pipes either monolithically with the 21 storm drain or after the storm drain is constructed. 22 E. Inverts 23 1. Shape and route floor inverts passing out or through the inlet as shown on the 24 Drawings. 25 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 26 the required additional material with the base. 27 F. Finishing Complete Inlets 28 1. Complete inlets in accordance with the Drawings. 29 2. Backfill to original ground elevation in accordance with Section 33 05 10. 30 G. Finishing Stage I Construction 31 1. Complete Stage I construction by constructing the walls to the elevations shown on 32 the Drawings and backflll ing to required elevations in accordance with Section 33 33 0510. 34 H. Stage II Construction 35 1. Construct subgrade and base course or concrete pavement construction over Stage 1 36 inlet construction, unless otherwise approved by the Engineer. 37 2. Excavate to expose the top of Stage I construction and complete the inlet in 38 accordance with the Drawings and these Specifications, including backfill and 39 cleaning of all debris from the bottom of the manhole or inlet. 40 I. Form Removal 41 1. Forms used in the construction of "Inlets" which support vertical loads will remain 42 in place at least 24 hours after the concrete is placed. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 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 33 49 20 - 5 CURB AND DROP INLETS Page 5 of 5 2. Other forms shall remain in place for a minimum time 24 hours after concrete is placed, unless otherwise directed by the Engineer. J. Curing 1. Cure all exposed concrete as required in Section 03 30 00. K Finishing 1. Conform to Section 03 30 00. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING A. Refer to Section 33 05 14. 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 3/11 /2022 M Owen Revised measurement and payment section to include bid item for "Remove and Replace Inlet Top" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 RaceTrac Risinger City Project No. 105656 334940-1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 1 of 5 SECTION 33 49 40 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Storm drain headwalls, wingwalls, and safety end treatments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 03 30 00 — Cast -In -Place Concrete 5. Section 3137 00 — Riprap 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 41 10 — Reinforced Concrete Storm Sewer Pipe/Culverts D. Standard Details 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Headwall a. Measurement 1) Measurement for this Item shall be per each "Headwall" satisfactorily completed as specified on the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Headwall" installed for: a) Various pipe sizes b) Various types c) Various number of pipes c. The price bid shall include: 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334940-2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 7) Disposal of excess material 8) Furnishing, placing and compaction of backfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) Corrugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up 2. Safety End Treatment a. Measurement 1) Measurement for this Item shall be per each "SET" satisfactorily completed as specified on the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "SET" installed for: a) Various types b) Various pipe sizes c) Various number of pipes c. The price bid shall include: 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placing and compaction of backfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) Corrugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up 1.3 REFERENCES A. Definitions 1. Headwalls - all walls, including wings, at the ends of single -barrel and multiple - barrel pipe culvert structures 2. Wingwalls - all walls at the ends of single -barrel or multiple -barrel box culvert structures B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS 1. Refer to Section 03 30 00. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334940-3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. Marking a. Before shipment from the casting or fabrication yard, clearly mark the following on each precast unit: 1) Date of manufacture 2) Name or trademark of the manufacturer 3) Type and size designation 2. Causes for Rejection a. Precast units may be rejected for not meeting any one of the Specification requirements. b. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. c. Remove rejected units from the project, and replace them with acceptable units meeting the requirements of this Section. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. 2. Store precast units on a level surface. 3. Do not place any loads on precast concrete units until design strength is reached. 4. Do not ship units until design strength requirements have been met. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Materials 1. Concrete a. Furnish concrete that conforms to the provisions of Section 03 30 00. 2. Reinforcing Steel a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. B. Fabrication 1. Fabricate cast -in -place concrete units and precast units in accordance with Section 03 30 00. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334940-4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 1) Safety End Treatment will be precast for 30-inch and smaller diameters and cast in place for greater than 30-inch diameters. 2. Fabrication Tolerances a. Lifting Holes 1) For precast units, provide no more than 4 lifting holes in each section. 2) Lifting holes may be cast, cut into fresh concrete after form removal or drilled. 3) Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. a) The maximum hole diameter is 3 inches at the inside surface of the wall and 4 inches at the outside surface. b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] �9701717r01130 A. Removal 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 2. Drill, dowel and grout in accordance with Section 03 30 00. 3.4 INSTALLATION A. Interface with Other Work 1. Make connections to new or existing structures in accordance with the details shown on the Drawings. 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the Drawings. B. Excavation, Shaping, Bedding and Backfill a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. b. Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. c. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. C. Placement of Precast Units a. Provide adequate means to lift and place the precast units. 1) Utilize sufficient number of lifting holes to ensure that the units are not damaged during lifting. b. Fill lifting holes with mortar or concrete and cure. 1) Precast concrete or mortar plugs may be used. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 334940-5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 3.5 REPAIR A. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. 1. The repaired units will be acceptable if they conform to the requirements of this Section and the repairs are sound, properly finished and cured in conformance with pertinent Specifications. B. Repair spalled areas around lifting holes. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised July 1, 2011 34 41 20.01 - 1 ARTERIAL LED ROADWAY LUMINAIRES Page 1 of 22 SECTION 34 4120.01 ARTERIAL LED ROADWAY LUMINAIRES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Roadway illumination assemblies 2. Roadway illumination foundations 3. Removal of roadway illumination assemblies 4. Relocation of roadway illumination assemblies B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 — Location of Existing Utilities 6. Section 34 41 10 —Traffic Signals 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Roadway Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Roadway Illumination Assembly, if required 2) Assembling and installing each Roadway Illumination Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 2 ARTERIAL LED ROADWAY LUMINAIRES Page 2 of 22 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 2. Ornamental Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Ornamental Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ornamental Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Ornamental Illumination Assembly, if required 2) Assembling and installing each Ornamental Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing Lighting Fixtures a. When a pay item for Illumination Assembly exists: 1) Measurement a) This Item is considered subsidiary to Illumination Assembly installation. 2) Payment a) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Rdwy Illum Assmbly" or "Ornamental Assmbly" bid, and no other compensation will be allowed. b. When a pay item for Illumination Assembly does not exist: 1) Measurement a) Measurement for this Item shall be per each Lighting Fixture installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Lighting Fixture" installed for: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 3 ARTERIAL LED ROADWAY LUMINAIRES Page 3 of 22 (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway Illumination Foundations a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Foundation installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Reinforcing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) Coordination and notification 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing 5. Contact Enclosure a. Measurement 1) Measurement for this Item shall be per each Contact Enclosure installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Contact Enclosure" installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Furnishing and Installing Wood Light Pole a. Measurement 1) Measurement for this Item shall be per each 40' Wood Light Pole furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 40' Wood Light Pole". c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40' Wood Light Pole 3) Furnishing, placement and compaction of backfill CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 4 ARTERIAL LED ROADWAY LUMINAIRES Page 4 of 22 4) Clean-up 7. Furnishing and Installing Wood Light Pole Arm a. Measurement 1) Measurement for this Item shall be per each 8' Wood Light Pole Arm furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 8' Wood Light Pole Arm". c. The price bid shall include: 1) Furnishing and installing each 8' Wood Light Pole Arm 2) Clean-up 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Alum Elec Conductor" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Reconnect Conductor". c. The price bid shall include: 1) Reconnection of conductors using City approved method 2) Testing of connection 10. Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Salvage Street Light Pole" performed. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Maintain existing street light circuit including new ground box and reconnection of circuits (if required by City) 3) Removal of existing street light pole foundation 2' below grade, back fill with like surrounding material 4) Delivery of salvaged materials to appropriate location 5) Clean-up 11. Street Light Pole Relocation a. Measurement CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 5 ARTERIAL LED ROADWAY LUMINAIRES Page 5 of 22 1) Measurement for this Item shall be per each Street Light Pole removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Relocate Street Light Pole" performed. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Delivery of salvaged materials to appropriate location 3) Replacement of pole to new location 4) Furnishing, placement and compaction of backfill material 5) Clean-up 1.3 REFERENCES The publications listed below form a part of this specification to the extent referenced. Publications are referenced within the text by their basic designation only. Versions listed shall be superseded by updated versions as they become available. A. American National Standards Institute (ANSI) 1. C136.2-2004 (or latest), American National Standard for Roadway and Area Lighting Equipment—Luminaire Voltage Classification 2. C136.10-2010 (or latest), American National Standard for Roadway and Area Lighting Equipment - Locking -Type Photocontrol Devices and Mating Receptacle Physical and Electrical Interchangeability and Testing 3. C136.15-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment — Luminaire Field Identification 4. C136.22-2004 (R2009 or latest), American National Standard for Roadway and Area Lighting Equipment — Internal Labeling of Luminaires 5. C136.25-2009 (or latest), American National Standard for Roadway and Area Lighting Equipment — Ingress Protection (Resistance to Dust, Solid Objects and Moisture) for Luminaire Enclosures 6. C136.31-2010 (or latest), American National Standard for Roadway Lighting Equipment — Luminaire Vibration 7. C136.37-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment - Solid State Light Sources Used in Roadway and Area Lighting B. American Society for Testing and Materials International (ASTM) 1. B 117-09 (or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus 2. D 1654-08 (or latest), Standard Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments 3. D523-08 (or latest), Standard Test Method for Specular Gloss 4. G154-06 (or latest), Standard Practice for Operating Fluorescent Light Apparatus for UV Exposure of Nonmetallic Materials C. Council of the European Union (EC) 1. RoHS Directive 2002/95/EC, on the restriction of the use of certain hazardous substances in electrical and electronic equipment D. Federal Trade Commission (FTC) 1. Green Guides, 16 CFR Part 260, Guides for the Use of Environmental Marketing Claims E. Illuminating Engineering Society of North America (IESNA or IES) 1. DG-4-03 (or latest), Design Guide for Roadway Lighting Maintenance 2. HB-10-11 (or latest), IES Lighting Handbook, 10'I' Edition CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 6 ARTERIAL LED ROADWAY LUMINAIRES Page 6 of 22 3. LM-50-99 (or latest), IESNA Guide for Photometric Measurement of Roadway Lighting Installations 4. LM-61-06 (or latest), IESNA Approved Guide for Identifying Operating Factors Influencing Measured Vs. Predicted Performance for Installed Outdoor High Intensity Discharge (HID) Luminaires 5. LM-79-08 (or latest), IESNA Approved Method for the Electrical and Photometric Measurements of Solid -Sate Lighting Products 6. LM-80-08 (or latest), IESNA Approved Method for Measuring Lumen Maintenance of LED Light Sources 7. RP-8-00 (or latest), ANSI / IESNA American National Standard Practice for Roadway Lighting 8. RP-16-10 (or latest), ANSFIES Nomenclature and Definitions for Illuminating Engineering 9. TM-3-95 (or latest), A Discussion of Appendix E - "Classification of Luminaire Lighting Distribution," from ANSI/IESNA RP-8-83 10. TM-15-11 (or latest), Luminaire Classification System for Outdoor Luminaires 11. TM-21-11 (or latest), Projecting Long Term Lumen Maintenance of LED Light Sources F. Institute of Electrical and Electronics Engineers (IEEE) 1. IEEE C62.41.2-2002 (or latest), IEEE Recommended Practice on Characterization of Surges in Low -Voltage (1000 V and less) AC Power Circuits 2. ANSI/IEEE C62.45-2002 (or latest), IEEE Recommended Practice on Surge Testing for Equipment Connected to Low -Voltage (1000 V and Less) AC Power Circuits G. National Electrical Manufacturers Association (NEMA) 1. ANSI/NEMA/ANSLG C78.377-2008 (or latest), American National Standard for the Chromaticity of Solid State Lighting Products H. National Fire Protection Association (NFPA) 1. 70 — National Electrical Code (NEC) I. Underwriters Laboratories (UL) 1. 1449, Surge Protective Devices 2. 1598, Luminaires 3. 8750, Light Emitting Diode (LED) Equipment for Use in Lighting Products J. Definitions 1. Lighting terminology used herein is defined in IES RP-16. See referenced documents for additional definitions. i. Exception: The term "driver" is used herein to broadly cover both drivers and power supplies, where applicable. ii. Clarification: The term "LED light source(s)" is used herein per IES LM-80 to broadly cover LED package(s), module(s), and array(s). 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the Project. 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and anchor bolts, and any questions about installing the foundations and conduit. 4. For location of City underground street luminaire cable and conduit call (817) 3 92-773 8 or (817) 392-8100. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 7 ARTERIAL LED ROADWAY LUMINAIRES Page 7 of 22 5. Obtain and pay for all permits as required to Work in parkway. B. Preinstallation Meetings 1. Attend pre -construction meeting. 1.5 LIGHTING SYSTEM PERFORMANCE A. Energy Conservation 1. Connected Load a. Luminaires shall have maximum nominal luminaire input wattage as specified for each luminaire type in Appendix A. 2. Lighting Controls a. See separate controls specification identified in section 1.2 above, if applicable. b. See section 2.1-B below for driver control interface and performance requirements. c. See section 2.1-K below for photocontrol receptacle requirements. B. Photometric Requirements 1. Luminaires shall meet the general criteria provided in the body of this specification and the particular criteria for each luminaire type defined in Appendix A. 1.6 REQUIRED SUBMITTALS FOR EACH LUMINAIRE TYPE DEFINED IN APPENDIX A A. General submittal content shall include 1. Completed Appendix E submittal form 2. Luminaire cutsheets 3. Cutsheets for LED light sources 4. Cutsheets for LED driver(s) a. If dimmable LED driver is specified, provide diagrams illustrating light output and input power as a function of control signal. 5. Cutsheets for surge protection device, if applicable 6. Instructions for installation and maintenance 7. Summary of luminaire recycled content and recyclability per the FTC Green Guides, expressed by percentage of luminaire weight B. LM-79 luminaire photometric report(s) shall be produced by the test laboratory and include 1. Name of test laboratory a. The test laboratory must hold National Voluntary Laboratory Accreditation Program (NVLAP) accreditation for the IES LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy's CALIPER program. For more information, see http://ts.nist.gov/standards/scopes/eelit.htm or www.ssl.energy.gov/test—labs.htmi. 2. Report number 3. Date 4. Complete luminaire catalog number a. Provide explanation if catalog number in test report(s) does not match catalog number of luminaire submitted 1) Clarify whether discrepancy does not affect performance, e.g., in the case of differing luminaire housing color. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 8 ARTERIAL LED ROADWAY LUMINAIRES Page 8 of 22 2) If nominal performance of submitted and tested products differ, submit additional LM-79 report(s) and derivation as indicated in Appendix C. 5. Description of luminaire, LED light source(s), and LED driver(s) 6. Goniophotometry 7. Colorimetry C. Calculations and supporting test data per Appendix B indicating a lumen maintenance life of not less than 50,000 operating hours D. Computer -generated point -by -point photometric analysis of maintained photopic light levels as per Appendix A 1. Calculations shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, where LLF = LLD x LDD x LATF, and a. Lamp Lumen Depreciation (LLD) 1) Shall be 0.85 (L70) for all luminaires. 2) Shall be the percentage of initial output calculated in section 1.6-C. b. Luminaire Dirt Depreciation (LDD) = 0.90, as per IES DG-4 for an enclosed and gasketed roadway luminaire installed in an environment with less than 150 µg/m3 airborne particulate matter and cleaned every four years. c. Luminaire Ambient Temperature Factor (LATF) = 1.00 2. Use of IES HB-10 mesopic multipliers a. Shall be disallowed herein, by assuming an S/P ratio of 1.00 for all luminaires. 3. Calculation/measurement points shall be per IES RP-8. E. Summary of Joint Electron Devices Engineering Council (JEDEC) or Japan Electronics and Information Technology Industries (JEITA) reliability testing performed for LED packages F. Summary of reliability testing performed for LED driver(s) G. Written product warranty as per section 1.7 below 1.7 CLOSEOUT SUBMITTALS A. Warranty Documentation 1. Provide manufacturer warranty information to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Before approval and purchase, Supplier shall provide at the Owner's request luminaire sample(s) identical to product configuration(s) submitted for inspection at the Supplier's expense. Owner shall request IES LM-79 testing of luminaire sample(s) to verify performance is within manufacturer -reported tolerances and Photometric reports and .ies files, per IES LM- 63. The Photometric file must match the luminaire being submitted. B. After installation, Owner may perform IES LM-50 field measurements to verify performance requirements outlined in Appendix A, giving consideration to measurement uncertainties outlined in IES LM-61. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 9 ARTERIAL LED ROADWAY LUMINAIRES Page 9 of 22 1. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 4. The Contractor shall secure and maintain a location to store the material in accordance with Section 0150 00. B. Delivery and Acceptance 1. Contactor and Inspector shall visually inspect roadway illumination assemblies after removal to determine the condition of the hardware. 2. Contractor shall protect all salvable material during transport to City specified storage facility. 3. Delivered material must be in the same condition after removal, as agreed upon by Contractor and Inspector after removal. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Provide a minimum ten-year warranty covering maintained integrity and functionality of 1. Luminaire housing, wiring, and connections 2. LED light source(s) a. Negligible light output from more than 10 percent of the LED packages constitutes luminaire failure. 3. LED driver(s) B. Warranty period shall begin 90 days after date of installation. PART2- PRODUCTS 2.1 LUMINAIRE REQUIREMENTS A. General Requirements 1. Luminaires shall be as specified for each type in Appendix A. 2. Luminaire shall have an external label per ANSI C136.15 3. Luminaire shall have an internal label per ANSI C136.22 to include date of manufacture. 4. Luminaire shall be rated for a minimum of IP65 per ANSI C136.25. 5. Nominal luminaire input wattage shall account for nominal applied voltage and any reduction in driver efficiency due to sub -optimal driver loading. 6. Luminaires shall start and operate in -20°C to +50°C ambient. 7. Electrically test fully assembled luminaires before shipment from factory 8. Effective Projected Area (EPA) and weight of the luminaire shall not exceed the values indicated in Appendix A. 9. Luminaires shall be designed for ease of component replacement and end -of -life disassembly. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 10 ARTERIAL LED ROADWAY LUMINAIRES Page 10 of 22 10. Luminaires shall be rated for the ANSI C136.31 Vibration Level indicated in Appendix A. 11. LED light source(s) and driver(s) shall be RoHS compliant. 12. Transmissive optical components shall be applied in accordance with OEM design guidelines to ensure suitability for the thermal/mechanical/chemical environment. 13. Luminaires shall have 4 bolts for mounting to 1-1/4" to 2-3/8" Tenon arm for leveling and securing of luminaire to tenon arm. 2-Bolt connections shall not be permitted. 14. Luminaires shall come standard with 7-pin photocontrol dimming receptacle meeting ANSI C136.41 requirements. B. Driver 1. Rated for minimum of 50,000 hours. 2. Shall be specified with 0-1 OV dimmable driver to accept input from 7-pin photocell receptacle. 3. Rated case temperature shall be suitable for operation in the luminaire operating in the ambient temperatures indicated in section 2.1-A above. 4. Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall operate normally for input voltage fluctuations of plus or minus 10 percent. 5. Shall have a minimum Power Factor (PF) of 0.90 at full input power and across specified voltage range. 6. Control signal interface a. Luminaire types indicated "Required" in Appendix A shall accept a control signal as specified via separate controls specification referenced in section 1.2 above, e.g., for dimming. b. Luminaire types indicated "Not Required" in Appendix A need not accept a control signal. C. Electrical immunity Luminaire shall meet the "Basic" requirements in Appendix D. Manufacturer shall indicate on submittal form (Appendix E) whether failure of the electrical immunity system can possibly result in disconnect of power to luminaire. D. Electromagnetic interference 1. Shall have a maximum Total Harmonic Distortion (THD) of 20% at full input power and across specified voltage range. 2. Shall comply with FCC 47 CFR part 15 non -consumer RFI/EMI standards. E. Electrical safety testing 1. Luminaire shall be listed for wet locations by an OSHA NRTL. 2. Luminaires shall have locality -appropriate governing mark and certification. F. Painted or finished luminaire components exposed to the environment 1. Shall exceed a rating of six per ASTM D1654 after 1000hrs of testing per ASTM B117. 2. The coating shall exhibit no greater than 30% reduction of gloss per ASTM D523, after 500 hours of QUV testing at ASTM G154 Cycle 6. G. Thermal management 1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate hose - down cleaning and discourage debris accumulation. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 11 ARTERIAL LED ROADWAY LUMINAIRES Page 11 of 22 2. Liquids or other moving parts shall not be permitted. H. IES TM-15 limits for Backlight, Uptight, and Glare (BUG Ratings) shall be as specified for each luminaire type in Appendix A. 1. Calculation of BUG Ratings shall be for initial (worst -case) values, i.e., Light Loss Factor (LLF) = 1.0. 2. Luminaires shall not be tilted for calculations. L Minimum Color Rendering Index (CRI): 70. J. Correlated Color Temperature (CCT) 1. If nominal CCT specified in Appendix A is listed in Table 1 below, measured CCT and Duv shall be as listed in Table 1. Table 1. Allowable CCT and Duv (adapted from NEMA C78.377) Manufacturer -Rated Allowable LM-79 Chromaticity Values Nominal CCT (K) Measured CCT (K) I Measured Duv 2700 2580 to 2870 -0.006 to 0.006 3000 2870 to 3220 -0.006 to 0.006 3500 3220 to 3710 -0.006 to 0.006 4000 3710 to 4260 -0.005 to 0.007 4500 4260 to 4746 -0.005 to 0.007 5000 4745 to 5311 -0.004 to 0.008 5700 5310 to 6020 -0.004 to 0.008 6500 6020 to 7040 -0.003 to 0.009 2. If nominal CCT specified in Appendix A is not listed in Table 1, measured CCT and Duv shall be as per the criteria for Flexible CCT defined in NEMA C78.377. K. The following shall be in accordance with corresponding sections of ANSI C136.37 1. Wiring and grounding a. All internal components shall be assembled and pre -wired using modular electrical connections. 2. Mounting provisions a. Specific configurations are indicated in Appendix A 3. Terminal blocks for incoming AC lines 4. Photocontrol receptacle 5. Latching and hinging 6. Ingress protection 2.2 PRODUCT MANUFACTURERS A. Any manufacturer offering products that comply with the required product performance and operation criteria may be considered. B. Note if a field installed house side shield is available. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 12 ARTERIAL LED ROADWAY LUMINAIRES Page 12 of 22 2.3 MANUFACTURER SERVICES A. Manufacturer or local sales representative shall provide installation and troubleshooting support via telephone and/or email. END OF SECTION Revision Log DATE NAME 6/15/2015 F. Griffin CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 SUMMARY OF CHANGE Revise to LED type luminaires RaceTrac Risinger City Project No. 105656 34 41 20.01 - 13 ARTERIAL LED ROADWAY LUMINAIRES Page 13 of 22 APPENDIX A APPLICATION -BASED SYSTEM SPECIFICATION LUMINAIRE TYPE "A" — ARTERIAL TYPICAL SITE PARAMETERS ROADWAY DATA: Lane width 12 ft Number of lanes, total on both sides of median 6 Shoulder width, drivelane to edge of pavement 5 ft Median width loft IES pavement class. ❑ R1 ❑ R2 0 R3 ❑ R4 Posted speed limit ❑ <_ 25 mph 0 > 25 mph SIDEWALK DATA: Sidewalk width 6 ft Edge of sidewalk to edge of roadway pavement 4 ft LIGHT POLE DATA: Luminaire mounting height 40 ft Arm length, horizontal 9 ft Luminaires per pole 2 Pole set -back from edge of pavement 5 ft In -line pole spacing (one pole cycle) 200 ft Layout ❑One side ❑ Opposite ❑ Staggered 0 Median PERFORMANCE CRITERIA: APPLICATION ROADWAY PHOTOPIC Maintained average horizontal at pavement 0.9 FC ILLUMINANCE: Avg:min uniformity ratio 3:1 PHOTOPIC Maintained average luminance n/a LUMINANCE: Avg:min uniformity ratio n/a Max:min uniformity ratio n/a SIDEWALKS PHOTOPIC Maintained average horizontal at pavement 0.2 FC ILLUMINANCE: Avg:min uniformity ratio (horizontal) n/a Maintained min. vertical illum. at 4.9 ft, in directions of travel 0.1 FC PERFORMANCE CRITERIA: LED LUMINAIRE INPUT POWER: Max. nominal luminaire input power 150W NOMINAL CCT: Rated correlated color temperature 3000 K CUTOFF CLASS: Max. nominal backlight-uplight-glare ratings FULL CUTOFF VOLTAGE: Nominal luminaire input voltage 120-277V FINISH: Luminaire housing finish color Gray WEIGHT: Maximum luminaire weight 30 lb EPA: Maximum effective projected area 0.9 ft2 MOUNTING: Mtg. method I ❑ Post -top 0 Side -arm ❑ Trunnion/yoke ❑ Swivel -tenon 1-1/4 inches Tenon nominal pipe size (NPS) And 2-3/8 inches VIBRATION: ANSI test level 0 Level 1 (normal) 0 Level 2 (bridge/overpass) CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 14 ARTERIAL LED ROADWAY LUMINAIRES Page 14 of 22 DRIVER: Wireless control p 350mA 0 530mA 0 700mA compatible Appendix B Estimating LED Lumen Maintenance IES TM-21 allows for extrapolation of expected lumen maintenance from available test data. The extent of such extrapolation is limited by the duration of testing completed and the number of samples used in the testing. The TM-21 methodology shall be used by the manufacturer to determine lamp lumen depreciation (LLD) at end of lumen maintenance life per section 1.6-C. The applicant may estimate lumen maintenance in one of two ways: Option 1: Component Performance Under this compliance path, the applicant must submit calculations per TM-21 predicting lumen maintenance at the luminaire level using In Situ Temperature Measurement Testing (ISTMT) and LM-80 data. To be eligible for the Component Performance option, ALL of the conditions below must be met. If ANY of the conditions is not met, the component performance option may not be used and the applicant must use Option 2 for compliance. 1. The LED light source(s) have been tested according to LM-80. 2. The LED drive current specified by the luminaire manufacturer is less than or equal to the drive current specified in the LM-80 test report. 3. The LED light source(s) manufacturer prescribes/indicates a temperature measurement point (Ts) on the light source(s). 4. The Ts is accessible to allow temporary attachment of a thermocouple for measurement of in situ temperature. Access via a temporary hole in the housing, tightly resealed during testing with putty or other flexible sealant is allowable. 5. For the hottest LED light source in the luminaire, the temperature measured at the Ts during ISTMT is less than or equal to the temperature specified in the LM-80 test report for the corresponding drive current or higher, within the manufacturer's specified operating current range. a. The ISTMT laboratory must be approved by OSHA as a Nationally Recognized Testing Lab (NRTL), must be qualified, verified, and recognized through DOE's CALIPER program, or must be recognized through UL's Data Acceptance Program. b. The ISTMT must be conducted with the luminaire installed in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires), with bird -fouling CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 15 ARTERIAL LED ROADWAY LUMINAIRES Page 15 of 22 appropriately simulated (and documented by photograph) as determined by the manufacturer. Option 2: Luminaire Performance Under this compliance path, the applicant must submit TM-21 calculations based on LM-79 photometric test data for no less than three samples of the entire luminaire. Duration of operation and interval between photometric tests shall conform to the TM-21 criteria for LED light sources. For example, testing solely at 0 and 6000 hours of operation would not be adequate for the purposes of extrapolation. Between LM-79 tests, the luminaire test samples must be operated long-term in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires). The test laboratory must hold NVLAP accreditation for the LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy (DOE)'s CALIPER program. The extent of allowable extrapolation (either 5.5 or 6 times the test duration) depends on the total number of LED light sources (no less than 10 and preferably more than 19) installed in the luminaire samples, as per TM-21. This compliance path poses a greater testing burden to luminaire manufacturers but incorporates long-term testing of other components in the system, such as drivers. Under either compliance path, values used for extrapolation shall be summarized per TM-21 Tables 1 and 2. Submitted values for lumen maintenance lifetime and the associated percentage lumen maintenance shall be "reported" rather than "projected" as defined by TM-21. Supporting diagrams are requested to facilitate interpretation by Owner. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 16 ARTERIAL LED ROADWAY LUMINAIRES Page 16 of 22 APPENDIX C PRODUCT FAMILY TESTING LM-79 AND ISTMT It is recognized that due to the time and cost required for product testing, it would not be realistic to expect manufacturers offering a multitude of unique luminaire configurations to test every possible configuration. Therefore, the "product families" method may be utilized for LM-79 and ISTMT, whereby manufacturers identify a set of representative products for which test data can be used to demonstrate the accuracy of interpolated or extrapolated performance of product configurations lacking test data. Precedent for this approach can be found in LM-80. If the particular luminaire configuration submitted has not been tested, the performance may be conservatively represented by test data for another luminaire configuration having: • The same intensity distribution (typically only applies to LM-79) • The same or lower nominal CCT • The same or higher nominal drive current • The same or greater number of LED light source(s) • The same or lower percentage driver loading and efficiency • The same or smaller size luminaire housing. A more accurate estimate of performance can be obtained by linear interpolation between two or more tests differing in terms of the six parameters listed above. For example, consider a hypothetical luminaire offered in a single size housing, and having the following parameters: • Three intensity distributions: IES Type II, III, or IV • Three CCTs: 4000, 5000, and 6000K • Three drive currents: 350, 525, and 700 mA • Four LED quantities: 20, 40, 60, or 80 LEDs. Table CA illustrates a set of tests which could allow for accurate interpolation between tested configurations, given a single luminaire housing size and essentially constant driver efficiency; these 10 tests may provide representative data for the 108 possible product configurations. Note that normalized intensity distribution must not be affected by the other three parameters. Table C.1. Representative testing of a single luminaire housing size Tests I Intensity distribution CCT Drive current I # of LEDs CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 17 ARTERIAL LED ROADWAY LUMINAIRES Page 17 of 22 (I ES Type) (K) (mA) 1, 2, 3 4,5 6,7 8, 9, 10 II, III, IV IV IV IV 4000 5000, 6000 4000 4000 700 700 325,525 700 80 80 80 20, 40, 60 For example, the manufacturer could detail interpolation as shown in Table C.2, applying the following multipliers to the base test #2 to model a configuration with Type III intensity distribution, 5000K CCT, 525 mA drive current, and 40 LEDs: • Ratio of test #4 lumens to test #3 lumens • Ratio of test #7 lumens to test #3 lumens • Ratio of test #9 lumens to test #3 lumens. Table C.2. Multipliers for Test #2 to yield: Type III , 5000K, 525mA, 40 LEDs Test # Intensity distribution CCT Drive current # of LEDs Multiplier (I ES Type) (K) (mA) (lumens ratio) 2 III 4000 700 80 n/a 3 IV 4000 700 80 n/a 4 IV 5000 700 80 #4 / #3 7 IV 4000 I 525 80 #7 / #3 9 IV 4000 700 40 #9 / #3 Interpolation between minimal LM-79 and ISTMT data is more difficult if housing size increases with increasing wattage; it may not be clear whether the lowest -wattage configuration would be expected to "run cooler" than the highest -wattage configuration. In these circumstances, the adequacy of submitted data is subject to Owner approval. At this time, the "successor" method cannot be used; luminaires tested must utilize the LED light source(s) characterized by the submitted LM-80 report. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 APPENDIX D ELECTRICAL IMMUNITY Test Procedure 34 41 20.01 - 18 ARTERIAL LED ROADWAY LUMINAIRES Page 18 of 22 • Electrical Immunity Tests 1, 2 and 3, as defined by their Test Specifications, shall be performed on an entire powered and connected luminaire, including any control modules housed within the luminaire, but excluding any control modules mounted externally, such as a NEMA socket connected photo -control. A shorting cap should be placed across any such exterior connector. • The luminaire shall be connected to an AC power source with a configuration appropriate for nominal operation. The AC power source shall have a minimum available short-circuit current of 200A. The luminaire shall be tested at the nominal input voltage specified in Appendix A, or at the highest input voltage in the input voltage range specified in Appendix A. • Electrical Immunity test waveforms shall be superimposed on the input AC power line at a point within 6 inches (15cm) of entry into the luminaire using appropriate high -voltage probes and a series coupler/decoupler network (CDN) appropriate for each coupling mode, as defined by ANSI/IEEE C62.45-2002. The test area for all tests shall be set up according to ANSI/IEEE C62.45- 2002, as appropriate. • Prior to electrical immunity testing a set of diagnostic measurements shall be performed, and the results recorded to note the pre -test function of the luminaire after it has reached thermal equilibrium. These measurements should include at a minimum: a) For all luminaires, Real Power, Input RMS Current, Power Factor and THD at full power/light output b) For luminaires specified as dimmable, Real Power, Input RMS Current, Power Factor and THD at a minimum of 4 additional dimmed levels, including the rated minimum dimmed level • Tests shall be applied in sequential order (Test 1, followed by Test 2, followed by Test 3). If a failure occurs during Test 3, then Test 3 shall be re -applied to a secondary luminaire of identical construction. • Following the completion of Tests 1, 2, and 3, the same set of diagnostic measurements performed pre -test should be repeated for all tested luminaires, and the results recorded to note the post-test function of the luminaire(s). • A luminaire must function normally and show no evidence of failure following the completion of Test 1 + Test 2 + Test 3 (for a single tested luminaire), or the completion of Test 1 + Test 2 on a primary luminaire and Test 3 on a secondary luminaire. Abnormal behavior during testing is acceptable. • A luminaire failure will be deemed to have occurred if any of the following conditions exists following the completion of testing: a) A hard power reset is required to return to normal operation CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 19 ARTERIAL LED ROADWAY LUMINAIRES Page 19 of 22 b) A noticeable reduction in full light output (e.g. one or more LEDs fail to produce light, or become unstable) is observed c) Any of the post-test diagnostic measurements exceeds by ±5% the corresponding pre -test diagnostic measurement. d) The luminaire, or any component in the luminaire (including but not limited to an electrical connector, a driver, a protection component or module) has ignited or shows evidence of melting or other heat -induced damage. Evidence of cracking, splitting, rupturing, or smoke damage on any component is acceptable. Test Specifications NOTE: L1 is typically "HOT", L2 is typically "NEUTRAL" and PE = Protective Earth. Test 1) Ring Wave: The luminaire shall be subjected to repetitive strikes of a "C Low Ring Wave" as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.1. Prior to testing, the ring wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.1: 0.5 µS — 100Hz Ring Wave Specification Parameter Test Level/Configuration Short Circuit Current Peak 0.5 kA Open Circuit Voltage Peak 6 kV Source Impedance 12 Q Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90° and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles 40 total strikes CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 20 ARTERIAL LED ROADWAY LUMINAIRES Page 20 of 22 Test 2) Combination Wave: The luminaire shall be subjected to repetitive strikes of a "C High Combination Wave" or "C Low Combination Wave", as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.2. The "Low' test level shall be used for luminaires with Basic Electrical Immunity requirements, while the "High" test level shall be used for luminaires with Elevated Electrical Immunity requirements. Prior to testing, the combination wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.2: 1.2/50µS — 8/20 µS Combination Wave Specification Parameter Test Level/ Configuration 1.2/50 µS Open Circuit Voltage Peak Low: 6 kV High: 10kV 8/20 µS Short Circuit Current Peak Low: 3 kA High: 10kA Source Impedance 2S2 Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90' and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time Between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles 40 total strikes Test 3) Electrical Fast Transient (EFT): The luminaire shall be subjected to "Electrical Fast Transient Bursts", as defined in IEEE C62.41.2 -2002. The test area shall be set up according to IEEE C62.45-2002. The bursts shall be applied as specified by Table D.3. Direct coupling is required; the use of a coupling clamp is not allowed. Table D.3: Electrical Fast Transient (EFT) Specification Parameter Test Level/ Configuration Open Circuit Voltage Peak 3 kV Burst Repetition Rate 2.5 kHz Burst Duration 15 mS Burst Period 300 mS CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20.01 - 21 ARTERIAL LED ROADWAY LUMINAIRES Page 21 of 22 Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity Positive and Negative Test Duration 1 minute for each Coupling Mode and Polarity combination Total Test Duration = 1 minute x 7 coupling modes x 2 polarities = 14 minutes CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 APPENDIX E PRODUCT SUBMITTAL FORM Luminaire Type' Manufacturer Model number Housing finish color Tenon nominal pipe size (inches) Nominal luminaire weight (lb) Nominal luminaire EPA (ft') Nominal input voltage (V) ANSI vibration test level Nominal BUG Ratings Make/model of LED light source(s) Make/model of LED driver(s) Dimmability Control signal interface Upon electrical immunity system failure Thermal management Lumen maintenance testing duration (hr) Reported lumen maintenance life (hr) z Warranty period (yr) Parameter Initial photopic output (Im) Maintained photopic output (Im) Lamp lumen depreciation Initial input power (W) Maintained input power (W) Initial LED drive current (mA) Maintained LED drive current (mA) Drive current used In -situ LED Tc (°C) CCT (K) Additional product description Level 1 (Normal) Dimmable Possible disconnect Moving parts Nominal value 34 41 20.01 - 22 ARTERIAL LED ROADWAY LUMINAIRES Page 22 of 22 Level 2 (bridge/overpass) ►• o w •tIiliif 181M No possible disconnect No moving parts Tolerance (%) See Appendix A, and attach supporting documentation as required. 2 Value shall be no less than as specified in section 1.6-C, and shall not exceed six times the testing duration indicated in the row above. Value shall be consistent with values submitted in the rows below for maintained light output, maintained input power, and maintained drive current. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised June 15, 2015 34 41 20 - 1 ROADWAY ILLUMINATION ASSEMBLIES Page 1 of 12 SECTION 34 4120 ROADWAY ILLUMINATION ASSEMBLIES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Roadway illumination assemblies 2. Roadway illumination foundations 3. Removal of roadway illumination assemblies 4. Relocation of roadway illumination assemblies B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 — Location of Existing Utilities 6. Section 34 41 10 —Traffic Signals 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Roadway Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Roadway Illumination Assembly, if required 2) Assembling and installing each Roadway Illumination Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 34 41 20 - 2 ROADWAY ILLUMINATION ASSEMBLIES Page 2 of 12 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 2. Ornamental Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Ornamental Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ornamental Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Ornamental Illumination Assembly, if required 2) Assembling and installing each Ornamental Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 3. Lighting Fixtures a. When a pay item for Illumination Assembly exists: 1) Measurement a) This Item is considered subsidiary to Illumination Assembly installation. 2) Payment a) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Rdwy Illum Assmbly" or "Ornamental Assmbly" bid, and no other compensation will be allowed. b. When a pay item for Illumination Assembly does not exist: 1) Measurement a) Measurement for this Item shall be per each Lighting Fixture installed. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 34 41 20 - 3 ROADWAY ILLUMINATION ASSEMBLIES Page 3 of 12 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Lighting Fixture" installed for: (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway Illumination Foundations a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Foundation installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Reinforcing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) Coordination and notification 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing 5. Contact Enclosure a. Measurement 1) Measurement for this Item shall be per each Contact Enclosure installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Contact Enclosure" installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Furnishing and Installing Wood Light Pole a. Measurement 1) Measurement for this Item shall be per each 40' Wood Light Pole furnished and installed. b. Payment CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 34 41 20 - 4 ROADWAY ILLUMINATION ASSEMBLIES Page 4 of 12 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 40' Wood Light Pole". c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40' Wood Light Pole 3) Furnishing, placement and compaction of backfill 4) Clean-up 7. Furnishing and Installing Wood Light Pole Arm a. Measurement 1) Measurement for this Item shall be per each 8' Wood Light Pole Arm furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 8' Wood Light Pole Arm". c. The price bid shall include: 1) Furnishing and installing each 8' Wood Light Pole Arm 2) Clean-up 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Alum Elec Conductor" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Reconnect Conductor". c. The price bid shall include: 1) Reconnection of conductors using City approved method 2) Testing of connection 10. Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Salvage Street Light Pole" performed. c. The price bid shall include: CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 34 41 20 - 5 ROADWAY ILLUMINATION ASSEMBLIES Page 5 of 12 1) Removal and salvage of Street Light Pole 2) Maintain existing street light circuit including new ground box and reconnection of circuits (if required by City) 3) Removal of existing street light pole foundation 2' below grade, back fill with like surrounding material 4) Delivery of salvaged materials to appropriate location 5) Clean-up 11. Street Light Pole Relocation a. Measurement 1) Measurement for this Item shall be per each Street Light Pole removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Relocate Street Light Pole" performed. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Delivery of salvaged materials to appropriate location 3) Replacement of pole to new location 4) Furnishing, placement and compaction of backfill material 5) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. National Electric Code (NEC) 3. Texas State Law, Article 1426C 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the Proj ect. 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and anchor bolts, and any questions about installing the foundations and conduit. 4. For location of City underground street luminaire cable and conduit call (817) 392- 7738 or (817) 392-8100. 5. Obtain and pay for all permits as required to Work in parkway. B. Preinstallation Meetings 1. Attend pre -construction meeting. 1.5 SUBMITTALS A. Shop Drawings will be required for each Illumination Assembly and shall include: 1. Material Data CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 34 41 20 - 6 ROADWAY ILLUMINATION ASSEMBLIES Page 6 of 12 2. Pole dimensions and data 3. Luminaire arm dimensions and data 4. Attachment details 5. Fixtures 6. Base details 7. Anchor bolt data 8. Wall thickness 9. Permissible loading and allowable stress B. Product Data submittals shall be in accordance with Section 0133 00. C. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data Sheets 1. Submit product data sheets for roadway illumination assemblies to City for approval prior to ordering materials. 1.7 CLOSEOUT SUBMITTALS A. Warranty Documentation 1. Provide manufacturer warranty information to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 4. The Contractor shall secure and maintain a location to store the material in accordance with Section 01 50 00. B. Delivery and Acceptance 1. Contactor and Inspector shall visually inspect roadway illumination assemblies after removal to determine the condition of the hardware. 2. Contractor shall protect all salvable material during transport to City specified storage facility. 3. Delivered material must be in the same condition after removal, as agreed upon by Contractor and Inspector after removal. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 34 41 20 - 7 ROADWAY ILLUMINATION ASSEMBLIES Page 7 of 12 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 PRODUCTS TO BE PURCHASED FROM THE CITY A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased from the City and installed by the Contractor. B. Items eligible for purchase from the City include: 1. Roadway Illumination poles 2. Contactors 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements a. All Work related to the installation of roadway illumination assemblies shall be in compliance with the National Electric Code (NEC). 2. Roadway Illumination Assemblies a. Poles, arms, light fixtures and lamps shall conform to City Standard Details. b. Ornamental Assemblies 1) Refer to Drawings for ornamental pole specifications. c. Lighting Fixtures 1) Refer to Drawings for lighting fixture specifications. d. Foundations 1) Concrete shall conform to Section 03 30 00. e. Wood Light Poles 1) Wood Poles for electrical service shall be ANSI Class 5 treated timber. a) For other applications, Class 2 treated timber is allowed. 2) All treated wood poles shall be free from pith holes. a) Trimmed scars are allowable up to a depth of 2-inches in poles up to 10 inches in diameter. b) Scars 115 of the pole diameter at the scar location will be allowable for wood poles larger than 10-inches. 3) Wood poles shall not deviate from straight more than 1 inch in 10 feet of length. a) Only a single sweep shall be permitted. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 34 41 20 - 8 ROADWAY ILLUMINATION ASSEMBLIES Page 8 of 12 b) A straight line adjoining the midpoint of the pole at the butt with the midpoint of the pole at the top shall not at any intermediate pass through the external surface of the pole. c) Only a single twist of spiral grain will be permitted. 4) Butt slivering due to felling shall be permitted if the distance from the outside circumference is not less than 1/4 inch and the height is not more than 1 foot. 5) Timber shall be treated for preservation in accordance with AWPA C4 pressure treatment methods. a) The poles shall have the minimum net retention of preservative treatment shown in the following table: Minimum Retention Treatment (pounds per cubic foot) Creosote 9.0 Pentachlorophenol 0.45 ACA/CCA 0.6 6) Pole Markings 7) All markings shall be in accordance with the following table: a) The bottom brand shall be placed squarely on the face of each pole 10 feet from the butt. Marking Description of Marking PTC Supplier's code or trademark (ie. Pole Treating Company) F-01 Plant location and year of treatment (ie. Forestville, 2001) SPC Species and preservative code (ie. southern pine, creosote) 5-35 Class -length (ie. Class 5, 35-foot pole) 1 8) A treatment certification will be required with each shipment of treated timber poles including: a) Name of treatment company b) Location of treatment plant c) Applicable product standard (AWPA C4) d) Charge number e) Date of treatment f) Contents of charges (poles) g) Preservative treatment h) Measured preservative retention values £ Wood Light Pole Arms 1) Refer to City Standard Detail Drawings for light pole arm specifications. g. Aluminum Electrical Conductors 1) Refer to Drawings for conductor sizes 2) Use stranded insulated conductors that are rated for 600 volts 3) Approved for wet locations 4) Marked in accordance with UL, NEC, and CSA requirements 3. Roadway illumination pole foundations a. Foundations shall be Class C (3000 PSI) concrete. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 34 41 20 - 9 ROADWAY ILLUMINATION ASSEMBLIES Page 9 of 12 1) Refer to Section 03 30 00. b. Foundation shall be 24 or 30 inches in diameter unless shown otherwise in the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Notify the Traffic Services Division Inspector 24 hours in advance (between 8:00 am and 5:00 pm) of all concrete pours at (817) 392-7738. a. Inspector must be present when concrete is placed on the Project Site. PART 3 - EXECUTION 3.1 EXAMINATION A. Verification of Conditions 1. Contractor shall verify by exploratory excavation, if needed, that existing underground utilities are not in conflict with proposed foundations. a. All exploratory excavation shall conform to Section 33 05 30. 2. Contractor shall contact the following entities at least 48 hours in advance of excavation: a. DIG TESS b. City of Fort Worth Water Department c. City of Fort Worth T/PW Department 3. No additional payment will be made for relocation of any foundations or conduit due to location of existing utilities. 4. The Engineer may shift an assembly's location, if necessary, to avoid conflict with utilities. 3.2 PREPARATION A. Protection of In -Place Conditions Contractor shall be responsible for the following at no additional cost to the City: a. Prevent any property damage to property owner's poles, fences, shrubs, mailboxes, etc. Any damaged property will be restored as directed by Engineer. b. Adjust and repair any existing landscaping and the sprinkler systems as directed by the Engineer to allow for the placement of all roadway illumination equipment. This shall be done in a manner equal to or better than the areas adjacent to the damaged areas. c. Provide access to all driveways during construction, unless authorized by the inspector. d. Protect all underground and overhead utilities and repair any damages. 3.3 INSTALLATION A. Foundations CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 34 41 20 - 10 ROADWAY ILLUMINATION ASSEMBLIES Page 10 of 12 1. Dimensions shown on Drawings for locations of street light foundations, conduit and other items may be varied to meet local conditions; subject to approval of Engineer. 2. Foundation piers shall be drilled plumb. 3. The top of foundation shall be poured level. 4. The top 3 inches of the exposed pier (height) above finished grade shall have the sonotube removed. 5. Anchor bolts shall extend above the top of the foundation concrete as shown on Anchor Bolt Detail. 6. Anchor bolts, ground rod, reinforcing, and conduit shall be in place before pouring concrete in pier foundations. 7. Pier foundations shall have I continuous concrete pour. 8. Foundations shall have a chamfered edge (beveled) at the top. 9. Top of foundation shall be 3 inches above the finished grade unless shown different on Drawings. 10. Foundations in medians shall be placed in the center of the median between the 2 curbs. 11. Foundations shall not be drilled within 3 feet of a water line or fire hydrant. 12. In residential areas foundations shall be placed in the street right of way (R.O.W.) in line with the property line between lots and at the break of the radius point of the street curb at street intersections. 13. Foundations shall not be placed in sidewalks (or location of future sidewalks) or sidewalk ramps. 14. No street light poles shall be placed on foundations prior to 7 days following pouring of concrete. B. Roadway Illumination Assemblies 1. Roadway Illumination Assemblies a. Use established industry and utility safety practices when installing poles located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. b. Prevent scarring or marring of poles, mast arm, and fixtures. c. Stake, install, and align each assembly as shown on the plans. d. Do not use screw -in type foundations. e. Install anchor bolts and coat anchor bolt threads. f. Erect structures after foundation has attained its design strength as required in Section 03 30 00. g. Tighten anchor bolts for poles with shoe bases. h. Do not place grout between base plate and foundation. i. Test installed roadway illumination assembly with City inspector present. 2. Wood Light Pole a. All light pole installations should be coordinated with all appropriate utility companies prior to Work beginning. b. Drill holes for setting poles shall be a minimum of 1.5 diameters of the pole butt. c. Poles shall be set plumb, unless otherwise specified on the Drawings. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 34 41 20 - 11 ROADWAY ILLUMINATION ASSEMBLIES Page I I of 12 d. Unless otherwise shown in Drawings, poles should be set to the minimum depths shown in the following table: Pole Length Minimum Setting Depth (feet) (feet) < 25 4.5 26-30 5.0 31-35 5.5 36-40 6.0 41-45 6.5 46-50 7.0 e. Backfill the hole around the pole thoroughly by tamping 6-inch lifts of backfill material until reaching natural grade. 1) Once grade is met, apply a last 6-inch lift in a cone shape around the pole to allow for settling. 2) Backfill in accordance to Section 33 05 10. f. Repair and clean-up surrounding area to a condition that is equal to or better than its condition prior to installation. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RELOCATION AND REMOVAL A. Relocation 1. Disconnect and remove conductors from abandoned circuits. 2. Remove abandoned circuit or ducts to a point 6 inches below final grade. 3. Reconnect conduit, ducts, conductors to be reused. 4. Replace damaged conduit, ducts, and conductors. 5. Do not use screw -in type foundations. 6. Install existing structures on new foundations. 7. Do not place grout between base plate and foundation. 8. Furnish and install new internal conductors, fused and unfused connectors, and fixtures. 9. Test installed roadway illumination assembly with City inspector present 10. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. B. Removal 1. Remove roadway illumination assembly components in accordance with established industry and utility safety practices. 2. Remove transformer bases from transformer base poles. 3. Remove luminaires and mast arms from the pole shaft. 4. Stockpile pole shafts, mast arms, and assembly hardware at a location designated by the City. 5. Pole shafts, mast arms, and assembly hardware will remain City property unless otherwise shown on the plans or directed. 6. Disconnect and remove conductors from abandoned circuits. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 34 41 20 - 12 ROADWAY ILLUMINATION ASSEMBLIES Page 12 of 12 7. Remove abandoned conduit and ducts to a point 6 inches below final grade. 8. Destroy existing transformer bases to prevent reuse. 9. Remove abandoned concrete foundations to a point 2 ft. below final grade. 10. Backfill the hole with material that is equal in composition and density to the surrounding area. 11. Replace surfacing material with similar material to an equivalent condition. 12. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING A. Contractor shall clean up and remove all loose material resulting from construction operations. 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised December 20, 2012 SECTION 34 4120 - LED PILOT PROGRAM CFW LED Residential 100 - 150W Replacement Specification December 2013 City of Fort Worth Specification for Residential LED Roadway Luminaires PART 1— GENERAL 1.1. REFERENCES The publications listed below form a part of this specification to the extent referenced. Publications are referenced within the text by their basic designation only. Versions listed shall be superseded by updated versions as they become available. A. American National Standards Institute (ANSI) 1. C136.2-2004 (or latest), American National Standard for Roadway and Area Lighting Equipment—Luminaire Voltage Classification 2. C136.10-2010 (or latest), American National Standard for Roadway and Area Lighting Equipment - Locking -Type Photocontrol Devices and Mating Receptacle Physical and Electrical Interchangeability and Testing 3. C136.15-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment— Luminaire Field Identification 4. C136.22-2004 (R2009 or latest), American National Standard for Roadway and Area Lighting Equipment — Internal Labeling of Luminaires 5. C136.25-2009 (or latest), American National Standard for Roadway and Area Lighting Equipment— Ingress Protection (Resistance to Dust, Solid Objects and Moisture) for Luminaire Enclosures 6. C136.31-2010 (or latest), American National Standard for Roadway Lighting Equipment— Luminaire Vibration 7. C136.37-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment - Solid State Light Sources Used in Roadway and Area Lighting B. American Society for Testing and Materials International (ASTM) 1. B117-09 (or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus 2. D1654-08 (or latest), Standard Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments 3. D523-08 (or latest), Standard Test Method for Specular Gloss 4. G154-06 (or latest), Standard Practice for Operating Fluorescent Light Apparatus for UV Exposure of Nonmetallic Materials C. Council of the European Union (EC) 1. RoHS Directive 2002/95/EC, on the restriction of the use of certain hazardous substances in electrical and electronic equipment D. Federal Trade Commission (FTC) 1. Green Guides, 16 CFR Part 260, Guides for the Use of Environmental Marketing Claims E. Illuminating Engineering Society of North America (IESNA or IES) 1. DG-4-03 (or latest), Design Guide for Roadway Lighting Maintenance 2. HB-10-11 (or latest), IES Lighting Handbook, 10th Edition 3. LM-50-99 (or latest), IESNA Guide for Photometric Measurement of Roadway Lighting Installations 4. LM-61-06 (or latest), IESNA Approved Guide for Identifying Operating Factors Influencing Measured Vs. Predicted Performance for Installed Outdoor High Intensity Discharge (HID) Luminaires 5. LM-79-08 (or latest), IESNA Approved Method for the Electrical and Photometric Measurements of Solid -Sate Lighting Products Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 1 1 City of Fort Worth Specification for Residential LED Roadway Luminaires 6. LM-80-08 (or latest), IESNA Approved Method for Measuring Lumen Maintenance of LED Light Sources 7. RP-8-00 (or latest), ANSI / IESNA American National Standard Practice for Roadway Lighting 8. RP-16-10 (or latest), ANSI/IES Nomenclature and Definitions for Illuminating Engineering 9. TM-3-95 (or latest), A Discussion of Appendix E - "Classification of Luminaire Lighting Distribution," from ANSI/IESNA RP-8-83 10. TM-15-11 (or latest), Luminaire Classification System for Outdoor Luminaires 11. TM-21-11 (or latest), Projecting Long Term Lumen Maintenance of LED Light Sources F. Institute of Electrical and Electronics Engineers (IEEE) 1. IEEE C62.41.2-2002 (or latest), IEEE Recommended Practice on Characterization of Surges in Low -Voltage (1000 V and less) AC Power Circuits 2. ANSI/IEEE C62.45-2002 (or latest), IEEE Recommended Practice on Surge Testing for Equipment Connected to Low -Voltage (1000 V and Less) AC Power Circuits G. National Electrical Manufacturers Association (NEMA) 1. ANSI/NEMA/ANSLG C78.377-2008 (or latest), American National Standard for the Chromaticity of Solid State Lighting Products H. National Fire Protection Association (NFPA) 1. 70— National Electrical Code (NEC) I. Underwriters Laboratories (UL) 1. 1449, Surge Protective Devices 2. 1598, Luminaires 3. 8750, Light Emitting Diode (LED) Equipment for Use in Lighting Products 1.2. RELATED DOCUMENTS A. Contract Drawings and conditions of Contract (including General Conditions, Addendum to the General Conditions, Special Conditions, Division 01 Specifications Sections and all other Contract Documents) apply to the work of this section. a. See the separate Specification for Adaptive Control and Remote Monitoring of LED Roadway Luminaires for additional driver performance and interface requirements. 1.3. DEFINITIONS A. Lighting terminology used herein is defined in IES RP-16. See referenced documents for additional definitions. Exception: The term "driver" is used herein to broadly cover both drivers and power supplies, where applicable. Clarification: The term "LED light source(s)" is used herein per IES LM-80 to broadly cover LED package(s), module(s), and array(s). 1.4. QUALITY ASSURANCE A. Before approval and purchase, Owner may request luminaire sample(s) identical to product configuration(s) submitted for inspection. Owner may request IES LM-79 testing of luminaire sample(s) to verify performance is within manufacturer -reported tolerances. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 12 City of Fort Worth Specification for Residential LED Roadway Luminaires B. After installation, Owner may perform IES LM-50 field measurements to verify performance requirements outlined in Appendix A, giving consideration to measurement uncertainties outlined in IES LM-61. 1.5. LIGHTING SYSTEM PERFORMANCE A. Energy Conservation 1. Connected Load a. Luminaires shall have maximum nominal luminaire input wattage as specified for each luminaire type in Appendix A. 2. Lighting Controls a. See separate controls specification identified in section 1.2 above, if applicable. b. See section 2.1-13 below for driver control interface and performance requirements. c. See section 2.1-K below for photocontrol receptacle requirements. B. Photometric Requirements 1. Luminaires shall meet the general criteria provided in the body of this specification and the particular criteria for each luminaire type defined in Appendix A. 1.6. REQUIRED SUBMITTALS FOR EACH LUMINAIRE TYPE DEFINED IN APPENDIX A A. General submittal content shall include 1. Completed Appendix E submittal form 2. Luminaire cutsheets 3. Cutsheets for LED light sources 4. Cutsheets for LED driver(s) a. If dimmable LED driver is specified, provide diagrams illustrating light output and input power as a function of control signal. 5. Cutsheets for surge protection device, if applicable 6. Instructions for installation and maintenance 7. Summary of luminaire recycled content and recyclability per the FTC Green Guides, expressed by percentage of luminaire weight B. LM-79 luminaire photometric report(s) shall be produced by the test laboratory and include 1. Name of test laboratory a. The test laboratory must hold National Voluntary Laboratory Accreditation Program (NVLAP) accreditation for the IES LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy's CALIPER program. For more information, see httr)://ts.nist.Rov/standards/scopes/eelit.htm or www.ssl.eneray.aov/test labs.html. 2. Report number 3. Date 4. Complete luminaire catalog number a. Provide explanation if catalog number in test report(s) does not match catalog number of luminaire submitted i. Clarify whether discrepancy does not affect performance, e.g., in the case of differing luminaire housing color. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 13 City of Fort Worth Specification for Residential LED Roadway Luminaires ii. If nominal performance of submitted and tested products differ, submit additional LM-79 report(s) and derivation as indicated in Appendix C. 5. Description of luminaire, LED light source(s), and LED driver(s) 6. Goniophotometry C. Calculations and supporting test data per Appendix B indicating a lumen maintenance life of not less than 36,000 operating hours D. Computer -generated point -by -point photometric analysis of maintained photopic light levels as per Appendix A 1. Calculations shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, where LLF = LLD x LDD x LATF, and a. Lamp Lumen Depreciation (LLD) i. Shall be 0.95. ii. Shall be the percentage of initial output calculated in section 1.6-C. b. Luminaire Dirt Depreciation (LDD) = 0.90, as per IES DG-4 for an enclosed and gasketed roadway luminaire installed in an environment with less than 150 µg/m3 airborne particulate matter and cleaned every four years. c. Luminaire Ambient Temperature Factor (LATF) = 1.00 2. Calculation/measurement points shall be per IES RP-8. E. Summary of reliability testing performed for LED driver(s) F. Written product warranty as per section 1.7 below G. Safety certification and file number 1. Applicable testing bodies are determined by the US Occupational Safety Health Administration (OSHA) as Nationally Recognized Testing Laboratories (NRTL) and include: CSA (Canadian Standards Association), ETL (Edison Testing Laboratory), and UL (Underwriters Laboratory). H. Buy American documentation 1. Manufacturers listed on the current NEMA Listing of Companies Offering Outdoor Luminaires Manufactured in U.S.A. for Recovery Act Projects need only provide a copy of the document. 2. Other manufacturers shall submit documentation as per the DOE Guidance on Documenting Compliance with the Recovery Act Buy American Provisions (httD://wwwl.eere.enerizv.jzov/recoverv/buv american orovision.html). 1.7. WARRANTY A. Provide a minimum ten-year warranty covering maintained integrity and functionality of 1. Luminaire housing, wiring, and connections 2. LED light source(s) a. Negligible light output from more than 10 percent of the LED packages constitutes luminaire failure. 3. LED driver(s) B. Warranty period shall begin 90 days after date of invoice, or as negotiated by owner such as in the case of an auditable asset management system. PART 2 — PRODUCTS 2.1. LUMINAIRE REQUIREMENTS Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 14 City of Fort Worth Specification for Residential LED Roadway Luminaires A. General Requirements 1. Luminaires shall be as specified for each type in Appendix A. 2. Luminaire shall have an external label per ANSI C136.15 3. Luminaire shall have an internal label per ANSI C136.22. 4. Luminaire to have internal label of manufactured date visible when drive compartment opened. 5. Nominal luminaire input wattage shall account for nominal applied voltage and any reduction in driver efficiency due to sub -optimal driver loading. 6. Luminaires shall start and operate in -20°C to +40°C ambient. 7. Electrically test fully assembled luminaires before shipment from factory. 8. Effective Projected Area (EPA) and weight of the luminaire shall not exceed the values indicated in Appendix A. 9. Luminaires shall be designed for ease of component replacement and end -of -life disassembly. 10. Luminaires shall have tool -less entry for access to driver compartment 11. Luminaires shall be a minimum of IP65 rated 12. Luminaires must be available in 4000 K and 3000 K options 13. Luminaires shall be rated for the ANSI C136.31 Vibration Level indicated in Appendix A. 14. LED light source(s) and driver(s) shall be RoHS compliant. 15. Transmissive optical components shall be applied in accordance with OEM design guidelines to ensure suitability for the thermal/mechanical/chemical environment. B. Driver 1. Rated case temperature shall be suitable for operation in the luminaire operating in the ambient temperatures indicated in section 2.1-A above. 2. Shall have a drive current no higher than 700mA 3. Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall operate normally for input voltage fluctuations of plus or minus 10 percent. 4. Shall have a minimum Power Factor (PF) of 0.90 at full input power and across specified voltage range. 5. Control signal interface a. Luminaire types indicated "Required" in Appendix A shall accept a control signal as specified via separate controls specification referenced in section 1.2 above, e.g., for dimming. b. Luminaire types indicated "Not Required" in Appendix A need not accept a control signal. C. Electrical immunity Luminaire shall meet the "Basic" requirements in Appendix D. Manufacturer shall indicate on submittal form (Appendix E) whether failure of the electrical immunity system can possibly result in disconnect of power to luminaire. Luminaire shall meet the "Elevated" requirements in Appendix D. Manufacturer shall indicate on submittal form (Appendix E) whether failure of the electrical immunity system can possibly result in disconnect of power to luminaire. D. Electromagnetic interference 1. Shall have a maximum Total Harmonic Distortion (THD) of 20% at full input power and across specified voltage range. 2. Shall comply with FCC 47 CFR part 15 non -consumer RFI/EMI standards. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 Page 15 City of Fort Worth Specification for Residential LED Roadway Luminaires E. Electrical safety testing 1. Luminaire shall be listed for wet locations by an OSHA NRTL. 2. Luminaires shall have locality -appropriate governing mark and certification. F. Painted or finished luminaire components exposed to the environment 1. Shall exceed a rating of six per ASTM D1654 after 1000hrs of testing per ASTM B117. 2. The coating shall exhibit no greater than 30% reduction of gloss per ASTM D523, after 500 hours of QUV testing at ASTM G154 Cycle 6. G. Thermal management 1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate hose -down cleaning and discourage debris accumulation. 2. Liquids or other moving parts shall be clearly indicated in submittals, shall be consistent with product testing, and shall be subject to review by Owner. H. IES TM-15 limits for Backlight, Uplight, and Glare (BUG Ratings) shall be as specified for each luminaire type in Appendix A. 1. Calculation of BUG Ratings shall be for initial (worst -case) values, i.e., Light Loss Factor (LLF) = 1.0. 2. If luminaires are tilted upward for calculations in section 1.6-D, BUG Ratings shall be calculated for the same angle(s) of tilt. I. Minimum Color Rendering Index (CRI): 70. J. Correlated Color Temperature (CCT) 1. If nominal CCT specified in Appendix A is listed in Table 1 below, measured CCT and Duv shall be as listed in Table 1. Table 1. Allowable CCT and Duv (adapted from NEMA C78.377) Manufacturer -Rated Allowable LM-79 Chromaticity Values Nominal CCT (K) �MeasurecICCT(K) Measured Duv 2700 2580 to 2870 -0.006 to 0.006 3000 2870 to 3220 -0.006 to 0.006 3500 3220 to 3710 -0.006 to 0.006 4000 3710 to 4260 -0.005 to 0.007 4500 4260 to 4746 -0.005 to 0.007 5000 4745 to 5311 -0.004 to 0.008 5700 5310 to 6020 -0.004 to 0.008 6500 6020 to 7040 -0.003 to 0.009 2. If nominal CCT specified in Appendix A is not listed in Table 1, measured CCT and Duv shall be as per the criteria for Flexible CCT defined in NEMA C78.377. K. The following shall be in accordance with corresponding sections of ANSI C136.37 1. Wiring and grounding a. All internal components shall be assembled and pre -wired using modular electrical connections. 2. Mounting provisions a. Specific configurations are indicated in Appendix A 3. Terminal blocks for incoming AC lines 4. Photocontrol receptacle 5. Latching and hinging 6. Ingress protection Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 16 City of Fort Worth Specification for Residential LED Roadway Luminaires 2.2. PRODUCT MANUFACTURERS A. Any manufacturer offering products that comply with the required product performance and operation criteria may be considered. 2.3. MANUFACTURER SERVICES A. Manufacturer or local sales representative shall provide installation and troubleshooting support via telephone and/or email. END OF SECTION Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 17 City of Fort Worth Specification for Residential LED Roadway Luminaires APPENDIX A MATERIAL SPECIFICATION LUMINAIRE TYPE "A" EXISTING LUMINAIRE TO BE REPLACED (FOR REFERENCE ONLY) BENCHMARK LUMINAIRE: Lamp wattage and type 100 W HPS/ 150W MH -- Initial downward luminaire output (lumens below horizontal) 0.80 Light loss factor LENS: ❑ Flat ("cutoff' style) 0 Sag/drop IES' FORWARD TYPE: [--]I ❑ II 2111 [--]IV [--IV ❑ VS IES' LATERAL TYPE: ❑ Very short ❑ Short 0 Medium ❑ Long ❑ Very long PERFORMANCE CRITERIA: LED LUMINAIRE INPUT POWER: Max. nominal luminaire input power 105 W NOMINAL CCT: Rated correlated color temperature 3000 K PHOTOPICZ DOWNWARD Minimum maintained luminaire output below horizontal LUMINAIRE OUTPUT: CUTOFF CLASSIFICATION Full Cutoff Only VOLTAGE: Nominal luminaire input voltage 120/208/240 V FINISH: Luminaire housing finish color Gray WEIGHT: Maximum luminaire weight 30 lb EPA: Maximum effective projected area 0.7 ft2 MOUNTING: Mtg. method ❑ Post -top 0 Side -arm ❑ Trunnion/yoke ❑ Swivel -tenon Tenon nominal pipe size (NPS) 1-1/4" to 2-3/8" VIBRATION: ANSI test level I 0 Level 1 (normal) ❑ Level 2 (bridge/overpass) DRIVER: Control signal interface I 0 Not required ❑ Required Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e 18 Appendix B Estimating LED Lumen Maintenance IES TM-21 allows for extrapolation of expected lumen maintenance from available test data. The extent of such extrapolation is limited by the duration of testing completed and the number of samples used in the testing. The TM-21 methodology shall be used by the manufacturer to determine lamp lumen depreciation (LLD) at end of lumen maintenance life per section 1.6-C. The applicant may estimate lumen maintenance in one of two ways: Option 1: Component Performance Under this compliance path, the applicant must submit calculations per TM-21 predicting lumen maintenance at the luminaire level using In Situ Temperature Measurement Testing (ISTMT) and LM-80 data. To be eligible for the Component Performance option, ALL of the conditions below must be met. If ANY of the conditions is not met, the component performance option may not be used and the applicant must use Option 2 for compliance. 1. The LED light source(s) have been tested according to LM-80. 2. The LED drive current specified by the luminaire manufacturer is less than or equal to the drive current specified in the LM-80 test report. 3. The LED light source(s) manufacturer prescribes/indicates a temperature measurement point (Ts) on the light source(s). 4. The Ts is accessible to allow temporary attachment of a thermocouple for measurement of in situ temperature. Access via a temporary hole in the housing, tightly resealed during testing with putty or other flexible sealant is allowable. 5. For the hottest LED light source in the luminaire, the temperature measured at the Ts during ISTMT is less than or equal to the temperature specified in the LM-80 test report for the corresponding drive current or higher, within the manufacturer's specified operating current range. a. The ISTMT laboratory must be approved by OSHA as a Nationally Recognized Testing Lab (NRTL), must be qualified, verified, and recognized through DOE's CALIPER program, or must be recognized through UL's Data Acceptance Program. b. The ISTMT must be conducted with the luminaire installed in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires), with bird -fouling appropriately simulated (and documented by photograph) as determined by the manufacturer. Option 2: Luminaire Performance Under this compliance path, the applicant must submit TM-21 calculations based on LM-79 photometric test data for no less than three samples of the entire luminaire. Duration of operation and interval between photometric tests shall conform to the TM-21 criteria for LED light sources. For example, testing solely at 0 and 6000 hours of operation would not be adequate for the purposes of extrapolation. Between LM-79 tests, the luminaire test samples must be operated long-term in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires). The test laboratory must hold Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I B-1 NVLAP accreditation for the LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy (DOE)'s CALIPER program. The extent of allowable extrapolation (either 5.5 or 6 times the test duration) depends on the total number of LED light sources (no less than 10 and preferably more than 19) installed in the luminaire samples, as per TM-21. This compliance path poses a greater testing burden to luminaire manufacturers but incorporates long-term testing of other components in the system, such as drivers. Under either compliance path, values used for extrapolation shall be summarized per TM-21 Tables 1 and 2. Submitted values for lumen maintenance lifetime and the associated percentage lumen maintenance shall be "reported" rather than "projected" as defined by TM-21. Supporting diagrams are requested to facilitate interpretation by Owner. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g o I B-2 APPENDIX C PRODUCT FAMILY TESTING LM-79 AND ISTMT It is recognized that due to the time and cost required for product testing, it would not be realistic to expect manufacturers offering a multitude of unique luminaire configurations to test every possible configuration. Therefore, the "product families" method may be utilized for LM-79 and ISTMT, whereby manufacturers identify a set of representative products for which test data can be used to demonstrate the accuracy of interpolated or extrapolated performance of product configurations lacking test data. Precedent for this approach can be found in LM-80. If the particular luminaire configuration submitted has not been tested, the performance may be conservatively represented by test data for another luminaire configuration having: • The same intensity distribution (typically only applies to LM-79) • The same or lower nominal CCT • The same or higher nominal drive current • The same or greater number of LED light source(s) • The same or lower percentage driver loading and efficiency • The same or smaller size luminaire housing. A more accurate estimate of performance can be obtained by linear interpolation between two or more tests differing in terms of the six parameters listed above. For example, consider a hypothetical luminaire offered in a single size housing, and having the following parameters: • Three intensity distributions: IES Type II, III, or IV • Three CCTs: 4000, 5000, and 6000K • Three drive currents: 350, 525, and 700 mA • Four LED quantities: 20, 40, 60, or 80 LEDs. Table CA illustrates a set of tests which could allow for accurate interpolation between tested configurations, given a single luminaire housing size and essentially constant driver efficiency; these 10 tests may provide representative data for the 108 possible product configurations. Note that normalized intensity distribution must not be affected by the other three parameters. Table C.1. Representative testing of a single luminaire housing size Tests Intensity distribution (I ES Type) CCT (K) Drive current (mA) # of LEDs 1, 2, 3 4,5 6,7 8, 9, 10 II, III, IV IV IV IV 4000 I 5000, 6000 4000 4000 700 700 325,525 r 700 80 80 80 20, 40, 60 For example, the manufacturer could detail interpolation as shown in Table C.2, applying the following multipliers to the base test #2 to model a configuration with Type III intensity distribution, 5000K CCT, 525 mA drive current, and 40 LEDs: • Ratio of test #4 lumens to test #3 lumens • Ratio of test #7 lumens to test #3 lumens • Ratio of test #9 lumens to test #3 lumens. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I C-1 Table C.2. Multipliers for Test #2 to yield: Type III , 5000K, 525mA, 40 LEDs Test # Intensity distribution CCT Drive current # of LEDs Multiplier (I ES Type) (K) (mA) (lumens ratio) 2 III 4000 700 80 n/a 3 IV 4000 700 80 n/a 4 IV 5000 700 80 #4 / #3 7 IV 4000 525 80 #7 / #3 9 IV 4000 700 40 #9 / #3 Interpolation between minimal LM-79 and ISTMT data is more difficult if housing size increases with increasing wattage; it may not be clear whether the lowest -wattage configuration would be expected to "run cooler" than the highest -wattage configuration. In these circumstances, the adequacy of submitted data is subject to Owner approval. At this time, the "successor" method cannot be used; luminaires tested must utilize the LED light source(s) characterized by the submitted LM-80 report. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I C-2 APPENDIX D ELECTRICAL IMMUNITY Test Procedure • Electrical Immunity Tests 1, 2 and 3, as defined by their Test Specifications, shall be performed on an entire powered and connected luminaire, including any control modules housed within the luminaire, but excluding any control modules mounted externally, such as a NEMA socket connected photo -control. A shorting cap should be placed across any such exterior connector. • The luminaire shall be connected to an AC power source with a configuration appropriate for nominal operation. The AC power source shall have a minimum available short-circuit current of 200A. The luminaire shall be tested at the nominal input voltage specified in Appendix A, or at the highest input voltage in the input voltage range specified in Appendix A. • Electrical Immunity test waveforms shall be superimposed on the input AC power line at a point within 6 inches (15cm) of entry into the luminaire using appropriate high -voltage probes and a series coupler/decoupler network (CDN) appropriate for each coupling mode, as defined by ANSI/IEEE C62.45-2002. The test area for all tests shall be set up according to ANSI/IEEE C62.45- 2002, as appropriate. • Prior to electrical immunity testing a set of diagnostic measurements shall be performed, and the results recorded to note the pre -test function of the luminaire after it has reached thermal equilibrium. These measurements should include at a minimum: a) For all luminaires, Real Power, Input RMS Current, Power Factor and THD at full power/light output b) For luminaires specified as dimmable, Real Power, Input RMS Current, Power Factor and THD at a minimum of 4 additional dimmed levels, including the rated minimum dimmed level • Tests shall be applied in sequential order (Test 1, followed by Test 2, followed by Test 3). If a failure occurs during Test 3, then Test 3 shall be re -applied to a secondary luminaire of identical construction. • Following the completion of Tests 1, 2, and 3, the same set of diagnostic measurements performed pre -test should be repeated for all tested luminaires, and the results recorded to note the post-test function of the luminaire(s). • A luminaire must function normally and show no evidence of failure following the completion of Test 1 + Test 2 + Test 3 (for a single tested luminaire), or the completion of Test 1 + Test 2 on a primary luminaire and Test 3 on a secondary luminaire. Abnormal behavior during testing is acceptable. • A luminaire failure will be deemed to have occurred if any of the following conditions exists following the completion of testing: a) A hard power reset is required to return to normal operation b) A noticeable reduction in full light output (e.g. one or more LEDs fail to produce light, or become unstable) is observed c) Any of the post-test diagnostic measurements exceeds by ±5% the corresponding pre -test diagnostic measurement. d) The luminaire, or any component in the luminaire (including but not limited to an electrical connector, a driver, a protection component or module) has ignited or shows evidence of Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I D-1 melting or other heat -induced damage. Evidence of cracking, splitting, rupturing, or smoke damage on any component is acceptable. Test Specifications NOTE: L1 is typically "HOT", L2 is typically "NEUTRAL" and PE = Protective Earth. Test 1) Ring Wave: The luminaire shall be subjected to repetitive strikes of a "C Low Ring Wave" as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.I. Prior to testing, the ring wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.1: 0.5 µS —100Hz Ring Wave Specification Parameter Test Level/Configuration Short Circuit Current Peak 0.5 kA Open Circuit Voltage Peak 6 kV Source Impedance 12 Q Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90' and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles 40 total strikes Test 2) Combination Wave: The luminaire shall be subjected to repetitive strikes of a "C High Combination Wave" or "C Low Combination Wave", as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.2. The "Low" test level shall be used for luminaires with Basic Electrical Immunity requirements, while the "High" test level shall be used for luminaires with Elevated Electrical Immunity requirements. Prior to testing, the combination wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to measure test waveform currents. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I D-2 Test Duration Total Test Duration Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.2: 1.2/50µS — 8/20 µS Combination Wave Specification Parameter Test Level/ Configuration 1.2/50 µS Open Circuit Voltage Peak Low: 6 kV High: 10kV 8/20 µS Short Circuit Current Peak Low: 3 kA High: 10kA Source Impedance 2Q Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90' and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time Between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes Test 3) Electrical Fast Transient (EFT): The luminaire shall be subjected to "Electrical Fast Transient Bursts", as defined in IEEE C62.41.2 -2002. The test area shall be set up according to IEEE C62.45-2002. The bursts shall be applied as specified by Table D.3. Direct coupling is required; the use of a coupling clamp is not allowed. Table D.3: Electrical Fast Transient (EFT) Specification Parameter Test Level/ Configuration Open Circuit Voltage Peak 3 kV Burst Repetition Rate 2.5 kHz Burst Duration 15 mS Burst Period 300 mS Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity Positive and Negative 1 minute for each Coupling Mode and Polarity combination = 1 minute x 7 coupling modes x 2 polarities = 14 minutes Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I D-3 APPENDIX E PRODUCT SUBMITTAL FORM Luminaire Type' Manufacturer Model number Housing finish color Tenon nominal pipe size (inches) Nominal luminaire weight (lb) Nominal luminaire EPA (ft2) Nominal input voltage (V) ANSI vibration test level Nominal BUG Ratings Make/model of LED light source(s) Make/model of LED driver(s) Dimmability Control signal interface Upon electrical immunity system failure Thermal management Lumen maintenance testing duration (hr Reported lumen maintenance life (hr) 2 Warranty period (yr) Parameter Initial photopic output (Im) Maintained photopic output (Im) Lamp lumen depreciation Initial input power (W) Maintained input power (W) Initial LED drive current (mA) Maintained LED drive current (mA) Drive current used In -situ LED Tc CC) CCT (K) Additional product description 0 Level 1 (Normal) I ❑ Level 2 (bridge/overpass) ❑ Dimmable I 0 Not dimmable ❑ Possible disconnect ❑ No possible disconnect ❑ Moving parts 0 No moving parts Nominal value I Tolerance (%) See Appendix A, and attach supporting documentation as required. 2 Value shall be no less than as specified in section 1.6-C, and shall not exceed six times the testing duration indicated in the row above. Value shall be consistent with values submitted in the rows below for maintained light output, maintained input power, and maintained drive current. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e I E-1 3471 13 -1 TRAFFIC CONTROL Page 1 of 6 1 SECTION 34 7113 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 Contror 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 shallbe 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 22, 2021 3471 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 ADMINISTRATIVE REQUIREMENTS 25 A. General 26 1. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. 27 B. Coordination 28 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 29 implementing Traffic Control within 500 feet of a traffic signal. 30 C. Sequencing 31 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 32 approved by the City and design Engineer before implementation. 33 1.5 SUBMITTALS 34 A. Provide the City with a current list of qualified flaggers before beginning flagging 35 activities. Use only flaggers on the qualified list. 36 B. Obtain a Street Use Permit from the TPW Department's Transportation Division. The 37 Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control 38 Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be 39 submitted with the Street Use Permit. 40 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 41 Engineer. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 22, 2021 3471 13 -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 control plan if the typical is 7 applicable to the specific project/site. 8 E. Lane closures 24 hours or longer shall require a site -specific traffic controlplan. 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 RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 22, 2021 3471 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 ofpersons 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 R 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 accordance with the approved Traffic Control Plans. 34 J. If at any time the existing traffic signals become inoperable as a result of construction 35 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 36 approved by the Engineer, to be used for Traffic Control. CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 22, 2021 3471 13 -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 c onstruction will be done during peak traffic 3 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service, the American 7 Traffic Safety Services Association, the National Safety Council, or other approved 8 organizations. 9 a. Provide the certificate indicating course completion when requested. 10 b. This representative is responsible for training and assuring that all flaggers are 11 qualified to perform flagging duties. 12 2. A qualified flagger must be independently certified by 1 of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 16 and follow the flagging procedures set forth in the TMUTCD. 17 5. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel, and as shown on the Drawings or as directed by the Engineer. 20 a. These flaggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 23 and other Traffic Control Devices used for work -zone traffic handling as soon as 24 practical in a timely manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT USED] 26 3.5 RE -INSTALLATION [NOT USED] 27 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 37 CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 22, 2021 3471 13 -6 TRAFFIC CONTROL Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 3/22/2021 M Owen 1.5 Clarified submittal requirements 3.3 M. Clarified removal requirements CITY OF FORT WORTH RaceTrac Risinger STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105656 Revised March 22, 2021 CFW Lighting Approved Products List CFW Product Name 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 MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATBO-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325609 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 D1301373(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-RFD322792 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-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 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 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 EATON EATON 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 Dark To Light, DLL Elite, Electronic Locking, Type Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTAR INC. FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention: Mix Designs do not su ersede CFW S ecifications 1111111111 Spec No. Classification Manufacturer Nlis ID Mix Desci iption Design Sri ungth'a 28 da�s DesignApproval Concrete Class A (S dewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement) 9/9/2022 32 1320 Mix Des American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 20 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Dead[ Borneo Texas 30U101AG 3000 psi 3-5" Slump; 3-6% Air 4/l/2024 32 13 20 Mix Design Bronco Texas 30U500BG 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Chisholm Trail Redi Mix C 13020AE 3000 psi 3-5" Slump; 4.5-7.5% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design City Concrete Coitwany 30HA20H 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 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 13 20 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 13 20 Mix Design Holcim - SOR, hic. 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 5/8/2025 32 13 20 Mix Design Holcim - SOR, hic. 530WA-TI 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 13 20 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 13 20 Mix Desn 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 13 20 Mix Dear 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 Dear 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 Dear 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 5/9/2025 32 1320 Mix Dear Martin Marietta R2136R14 3000 psi 3-5" Slump; 3-6% 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 Dead NBR Ready Mix CLS A -NY 3000 psi 3-5" Slump; 3-6% Air 7/10/2023 32 1320 Mix Design Osborn 30A50MR 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 1320 Mix Dear 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 Dear 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 13 20 Mix Desp SRM Concrete 30050 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 13 20 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air Class CIP "Inlets, Manholes, Junction Boxes, Encasement, Blockin�, Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A) 9/9/2022 3213 13 : Mix Des�p American Concrete Company 40CNF065 4000 psi 3-5" Slump; 0-3% Air 9/9/2022 3213 13 : Mix Design Bumco Texas 4OU500BG 4000 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 : Mix Des p Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Desp Chisholm Trail Redi Mix CTFW6020A 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air 5/7/2025 3213 13 Mix Design Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Desp Holum - SOR, Inc. 1701 4000 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design Holcim - SOR, Inc. 1 55 1 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Holcim - SOR, Inc. 5409 4000 psi 3-5" Slump; 3-6% Air 4/27/2023 3213 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Dead[ Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta R2141R24 4000 psi 3-5" Slump; 3-6% Air Page 1 of 6 FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention: Mix Designs do not su ersede CFW S eciur.oa.s 1111111111 Spec No. Classification Manufacturer Nfi, 11) Mix Desci iption Design Sri ungth'a 28 da�s DesignApproval ...Concrete (Continues) 11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 3213 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 32 13 13 Mix Design Martin Marietta R2146R35 4000 psi 3-5" Sharp; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146K35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146N33 4000 psi 3-5" Sharp; 3-6% Air 9/12/2023 3213 13 Mix Design NBR Ready Mix CLS PI-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" Sharp; 3-6% Air 9/9/2022 3213 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" Sharp; 3-6% Air 1/18/2023 3213 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" Sharp; 3-6% Air 10/24/2024 3213 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" Sharp; 3-6% Air 4/28/2025 3213 13 Mix Design SRM Concrete 36850 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Sharp; 3-6% Air 10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Sharp; 3-6% Air Class C (Drilled Shaft for Traffic Signal Pole Foundations 3eference Detail 314 10-D605) 9/9/2022 32 13 13 Mix Design Bumco Texas 36U500BG 3600 psi 5.5-7.5" Sharp; 3-6% Air 6/21/2023 3213 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" Sharp; 3-6% Air 12/5/2022 3213 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" Sharp; 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" Sharp; 3-6% Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air 5/9/2025 2 13 13 Mix Design Martin Marietta U2146R41 3600 psi 5-7" Sharp; 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, Wing walls, Culverts) 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slanp; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slanp; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slanp; 3-6% Air 9/9/2022 3213 13 Mix Desp GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air 4/1/2023 3213 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slanp; 4-7% Air 8/30/2023 3213 13 Mix Desp Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slanp; 3-6% Air 9/9/2022 3213 13 Mix Desp SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design SRM Concrete 35022 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6% Air Class P (Machine Placed Pav ng� 4/3/2025 3213 13 Mix Design B� own Concrete 4511 3600 psi 1-Y Slump; 3-6% Air 4/3/2025 3213 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air 6/30/2025 3213 13 Mix Design Bw Town Concrete 5211 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 6/30/2025 3013 13 Mix Design Big Town Concrete 52113 With 30%slag 4000 psi 1-3" Slump; 3-6% Air 6/30/2025 3013 13 Mix Design Big Town Concrete 5311 4000 psi 1-3' Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC602091 4000 psi 1-Y Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 36LA2011 3600 psi 1-3" 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 3213 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 260-M 4000 psi 1-Y Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air 2/6/2024 3213 13 Mix Design Estrada Read�Mix TD3655AEWR 3600 psi 1-Y Slump; 3-6% Air 5/20/2025 3213 13 Mix Design Gilco Contracting Inc 36MP 1643 3600 psi 1-3" Slump; 3-6% Air 6/20/2025 3213 13 Mix Design Gilco Contracting Inc 36MP1629 3600 psi 1-Y Slump; 3-6% Air 5/12/2025 3213 13 Mix Design Holcim - SOR, Inc. 1703 4000 psi 1-3" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta Q214IR27 4000 psi 1-Y Slu np; 3-6% Air 11/2/2022 3213 13 Mix Design Martin Marietta Q214IK30 4000 psi 1-3" Slump; 3-6% Air Page 2 of 6 FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention: Mix Designs do not su ersede CFW S ecifications 1111111111 Spec No. Classification Manufacturer Nli, 11) Mix Desci iption Design Sri ungth'a 28 da�s DesignApproval ...Concrete (Continues) 5/5/2025 32 13 13 Mix Design Martin Marietta Q214IN27 4000 psi 1-3" Slump; 3-6% Air 10/4/2023 3213 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6% Air 10/4/2023 3213 13 Mix Design NBR Ready Mix TX C SF -NY 3600 psi 1-Y Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40068 4000 psi 1-3" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40825 4000 psi 1-Y Slump; 3-6% Air 9/16/2024 3213 13 Mix Design SRM Concrete 40025 4000 psi 1-3" Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi 1-3" Slump; 3-6% Air 6/5/2025 3213 13 Mix Design SRM Concrete 40324 4000 psi 1-Y Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 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 6/17/2025 3213 13 Mix Design True Grit Redi Mix 460.230M 4000 psi 1-Y Slump; 3-6% Air 6/23/2025 32 13 13 Mix Design True Grit Redi Mix 360.230M 4000 psi 1-3" Slump; 3-6% Air Class H (Hand Placed Paving, Valley Gutter) 9/9/2022 3213 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 3213 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 3213 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Branco Texas 45US00BG 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 45NA20H 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 3213 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 3213 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air 5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP 1643 4500 psi 3-5" Slump; 3-6% Air 6/20/2025 3213 13 Mix Design Glen Contracting Inc 45HP 1629 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 3213 13 Mix Design Holcim - SOR, Inc. 1851 4500 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 13 Mix Design Holcim - SOR, Inc. 545WA-Tl 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 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 3213 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 3213 13 Mix Desp Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 3213 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slmnp; 3-6% Air 12/22/2023 3213 13 Mix Design Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 3213 13 Mix Design Martin Marietta R21461`36 4500 psi 3-5" Slmnp; 3-6% Air 11/15/2022 3213 13 Mix Desp Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slmnp; 4.5-7.5% Air 9/9/2022 3213 13 Mix Desp Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slmnp; 3-6% Air 9/9/2022 3213 13 Mix Desp Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air 6/3/2025 3213 13 Mix Desp Martin Marietta R2146K43 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 3213 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 3213 13 Mix Desy NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air 7/10/2023 3213 13 Mix Design Osborn 45A60MR 4500 psi 3-5" Slump; 3-6% Air 1/24/2023 3213 13 Mix Desp Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design SRM Concrete 45023 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp SRM Concrete 45000 4500 psi 3-5" Slump; 3-6% Air 5/23/2025 3213 13 Mix Design SRM Concrete 45300 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Desp SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 45850 4500 psi 3-5" Slump; 3-6% Air 10/18/2024 3213 13 Mix Desp SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air 6/12/2025 3213 13 Mix Design True Grit Redi Mix 465.230H 4500 psi 3-5" Slump: 3-6% Air 6/23/2025 3213 13 Mix Design True Grit Redi Mix 365.23014 4500 psi 3-5" Slump: 3-6% Air 10/9/2024 3213 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air Page 3 of 6 FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention: Mix Designs do not su ersede CFW S ecifications 1111111111 Design Class HES (High Early Stren^th Paving) 9/9/2022 32 13 13 ix Design Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370-INC 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix Design Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi (il 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holclm - SOR, Inc. 2125 5000 psi 3-5" Slump; 3-6% Air ...Concrete(Continues) 1/24/2023 32 13 13 Mix Design Liquid Stone C451DHR-A 4500 psi 3-5" Slump; 3-6% Air 4/7/2023 3213 13 Mix Design Martin Marietta R2161K70 6000 psi / 3000 psi na, 24hr. 3-5" Slump; 3-6% An 2/10/2023 32 13 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi (il 3 days 3-5" Slump; 3-6% An 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi 3 days 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW7520AMR 4500 psi / 3000 psi 3 days 3-5" Slump; 3-6% An Class S Bridge Slabs, Top Slabs of Direct Traffic Culverts. Approach Slabs) 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 260 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 3213 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 3213 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 3213 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 3213 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 033416 1033416 IMix Design (Bumco Texas loYH50BF I I 1000 psi (Flowable; 8.5-11.5%Air 9/9/2022 03 34 16 Mix Design Borneo Texas 08Y450BA 800 psi 5-7" Slump; 3-6% Air Controlled Low Strength Material (Flowable Fill) 2/7/2025 03 34 13 Mix Design Bumco Texas 01Y6901317 100 psi Flowable; 9.5-11.5%Air 5/19/2025 03 34 13 Mix Design Barren Texas OlZI80AF 100 psi Flowable; 9.5-11.5% 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 Company 11-350-FF 50-150 psi Flowable; 8-12%Air 9/9/2022 03 34 13 Mix DesP Cow Town Redi Mix Mix# 9 70 psi 7-9" Slump; 8-11% Air 5/12/2025 03 34 13 Mix Design Holcim - SOR, Inc. 3741 100 psi Flowable; 12.0-24.0%Air 10/4/2023 03 34 13 Mix DesP NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12% Air 2/7/2025 03 34 13 Mix Design SRM Concrete 910 150 psi Flowable; 8-12%Air 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12%Air Concrete Ri}� R.? 4/1/2023 I313700 IMix Design (Martin Marietta R2141030 I 4000 psi 3-6%Air 13-5 4/l/2023 31 3700 Mix Design Martin Marietta R2146033 4000 psi 3-5" Slump; 3-6% Air Slump; AT Prying 9/9/2022 32 12 16 Mix Design Austin Asphalt FT513 117965 FT513117965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 FTIBI39965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin AT FT113117.2 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 It 12B 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 Surmount Paving 341-BRAP6422ERG 341-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 9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface 4/l/2024 32 12 16 Mix Design TXBIT 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 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 9/9/2022 32 13 20 DWS -Pavers Western Brick Co. (Houston, TX) Detectable Warring Pavers 9/9/2022 32 13 20 DWS - Composite Armor Tile 9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wihnington, MA) Heritage Brick CIP Composite Paver 4/7/2023 32 1320 DWS - Pavers ADA Solutions (Wihnington, MA) Detectable Warning Pavers Page 4 of 6 FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention: Mix Designs do not su ersede CFW S eciagafions 1111111111 Approval Spec No. Classification Manufacturer Nli, 11) Mix Duscription Design Strength g 28 days Design Silicone Joint Sealant 9/9/2022 13 73 Joint Sealant Dow 890SL 0SL - Cold Applied, S' a Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Tremco 900SL 0SL - Cold Applied, Sing a Component, Silicone Joint Sealant ASTM D5893 9/9/2022 �32 32 1373 Joint Sealant Pecom 300SL 0SL - Cold Applied, Single Component, Silicone Joint Sealant EadSaver ASTM D5893 9/9/2022 32 1373 Joint Sealant Crafco RoadSaver Silicone Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 Utility Trench Embedment Sand 9/9/2022 33 OS 1 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 330510 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 9/28/2018 3305 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 MHRC #220605 (Size - **24" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covt Neenah Foundry NF-1743-LM (Hinged) NF-1743-LM (Hinged) (Size - 32" Dial ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covt Neenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.) ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and CovwSIP Industries ++ 2279ST 2279ST (Size - 24" Dial ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Cov�.SIP Industries ++ 2280ST 2280ST (Size - 32" Dia.) ASTM A48 AASHTO M306 10/8/2020 3305 13 Manhole Frames and Cov/EJ ( Formally East Jordan Iron Works) EJ1033 Z2/A EJ1033 Z2/A (Size - 32.25" Dial ASTM A536 AASHTO M306 3/8/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2296T 2296T (Size - ***24" Dial ASTM A48 AASHTO M306 6/18/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2279STN 2279STN (Size - 24" Dial ASTM A48 AASHTO M306 —Note: All new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only he allowed for existing manholes that require replacement frames and covers. Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx3-405-PRECAST** (Size - 10' X 39 ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterm FRT-lOx3-406-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fomerm FRT-lOx4.5-407-PRECAST** (Size - IO' X 4.5� ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx4.5-420-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 39 20 Manhole Fonter m FRT-4X4-409-PRECAST-TOP (Size - TX 4� ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fonter m FRT-5X5-410-PRECAST-TOP (Size - 5' X 5� ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterm FRT-6X6-411-PRECAST-TOP (Size - 6' X 61 ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6') ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-1 OX3-405-PRECAST INLET** (Size - 10' X T) ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG- 1 5X3-405-PRECAST INLET** (Size - 15' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4409-PRECAST BASE (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5410-PRECAST TOP (Size - TX 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5410-PRECAST BASE (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5412-PRECAST 5-FT RISER (Size - TX 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6411-PRECAST TOP (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6411-PRECAST BASE (Size - 6' X 6) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6412-PRECAST 6-FT RISER (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pp Group TPG-7X7411-PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7411-PRECAST BASE (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pp Group TPG-7X7412-PRECAST 4-FT RISER (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pp Group TPG-8X8411-PRECAST BASE (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8412-PRECAST 5-FT RISER (Size - 8' X 8') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pp Group TPG-4X4408-PRECAST INLET (Size - 4' X 4') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5') ASTM 615 3/19/2021 33 49 20 DroQQ hdet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6') ASTM 615 8/28/2023 33 49 10 Mam�mOle Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Stze - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X T) ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 81 ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4� ASTM C433 Page 5 of 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 ....Storm Sewer -Inlet & Sir tetures Continues 8/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Grol Inlet Riser (Size - 3 FT) ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmenTex Pipe &Products Drop Inlet (4' X 4) ASTM C913 1/12/2024 33 49 20 Droq Inlet AmenTex Pre &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 P re &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH (4' MH on the top of 5' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex P re &Products Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex P re &Products Precast 8'x8' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmenTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB) ASTM C913 7/16/2024 33 49 20 Curb Inlets AmcriTex Pipe &Products I0x3 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: Pre -cast inlets are approved for the stage 1 portion of he structure (basin) only. Stage Hportion fi 4e structure are required to be cast in place. No exceptions to this requirement shall be allowed. Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 3341 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Polypropylene (PP) P�'' (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 C1433,C1577 10/18/2023 3541 10 Storm Drain Pipes The Turner Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/18/2023 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 Page 6 of 6 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) I 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 I 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 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 1126199 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System I Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) I I 1126199 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowthe ASTM 3753 Non -traffic area I 08/30/06 I 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) I33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 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. I33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" this. I3305 13 Manhole Frames and Covers Neenah Casting 24" this. I 10/31/06 3305 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. I 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamnex/nexus) RE32-R8FS 30" Dia. I 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30" Dia. I 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia I 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-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 ASSITID 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 M 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 30" Dia. I 10/07/21 I 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. I Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) I* 3305 13 Manhole Frames and Covers Pont-A-Mousson Fortnight 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 Accucast RC-2100 ASTM A 48 24" Dia. I I 04/20/01 I 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. I Water & Sewer - Manholes & Bases/Precast Concrete Bev 1/8/131 I * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp 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" Manhole, sr• upenprg and Plat 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 3920 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 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I 10/07/21 33 3920 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; -1/07/23 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, RockHardsep 48" & 60" I.D. Manhole w/32" Cone I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amiteeh USA Meyer Polycrete Pipe I Sewer -(WAC) Wastewater Access Chamber 33 39 40 I For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Onickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) 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. Reliner 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 FlcxKretc Technologies Vinyl Polyester Repair Product Misc. Use I I * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 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 Spraynal Spray Wall Polyurethane Coating ASTM D639/13790 I I 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only I I 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications I I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I 33 01 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 I 33 39 20 Coating for Corrosion protecticn(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only I Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) I * 33 05 13 Manhole Insw Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. I * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. I * 3305 13 Manhole Insert Nofiow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia I Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) I 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 M 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manufacturers Requirements (Sewer 09/03/24 33 M 13 Casing Spacers Race (Completely HDPE) Applications Only) 8^ _ 12" (Sewer Only) I Water & Sewer - Pipes/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" thru 24" OS/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thru 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" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe MCWane Cast Jon Pipe Co. AW WA C150, C151 Water &Sewer -Utility Line Marker (08/24/2018) I Sewer - Coatiini,s/EDoxv 33-39-60 (01/08/131 I 02/25/02 Epoxy Lining System Sauereisen, Inc S—Gard 21 ORS LA County 4210-1.33 I 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series I 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only I01/31/06 Coatings f Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test Sewer Applications I8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I I Sewer - Coatines/Polvurethane I I I Sewer - Combination Air Valves I I 05/25/18 I 33-31-70 Air Release Valve A. -I. USA, Inc. D0251P02(Composite Body) 2" I I I Sewer - Pipes/Concrete I * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * EI-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item #95 P laribele,- ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment Svstem (Method)33-31-23 (01/18/13) M System PIM Corporation Polyethylene PIM Corp., Piscam Way, 11.1. Approved Previously I Connell Systems �PRS McLat Construction Polyethylene Houston, Texas Approved Previously I I Systems Trcnchless Replacement Svstem Polyethylene Calgary, Canada Approved Previously I I Sewer - PiDe/Fiberglass Reinforced/ 33-31-13(1/8/13) I 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hates Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM 133262/133754 I I 03/22/10 3331 13 Fiberglass Pipe (FREI Amcron Bondstrand RPMP Pipe ASTM D3262/1)3754 I I 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM 133262/133754 I ASTM D3262, ASTM D3681, 03/07/23 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) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AW WA C950 I * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvmer Pioe 4/14/05 Polymer Modified Concrete Pro, Amrtech USA Meyer Polycrete Pipe AS— C33, A276, -11 8" to 102", Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/131 * High-dens�ry polyethylene pipe Phillips Dnscooipe, hp:. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High -ma ty polyethylene pipe Plesco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-densnv polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-1� DR -Id PVC Pressure Pipe Pipch. letstream PVC Pressure Pipe AW WA C900 4" thou 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thou 12" Sewer - PiDes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 11" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Won Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Graytty Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer PiJ7e 1-M Man ufacturin\v�Co, Ina (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Finings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 11" * 33-31-20 PVC Sewer Finings Plastic Trends, Ina.(Weadake) Gasketed PVC Sewer Main Finings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Aoelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer Ppe Aoelife Jet Stream SDR 26 ASTM D3034 4"- 15" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 11" 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 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Auour^enances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc 202B 1"1" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"1" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"1" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 1.1.7 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1%" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 111101. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 _ FB600-6-NL, FB1600-6-NL, FV23-666-W- 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, B11-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I, B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSE 61, 1/21/2.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSE 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSE 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 1553ON ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steep JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steep JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steep Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steep Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * EI-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" * EI-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 1.11.7 E-1-12 DryBarrel Fire Hydrant Mueller Company A423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/97 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW WA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. national Spec Size Water - Pioes/PVC (Pressure Water) 33-31-70 (01/08/13) AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" AW WA C900, AW WA C605, 0.314 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 0.314 33-11-U PVC Pressure Pipe 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 Corporation DR 14 AW WA C900 4"-12" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AW WA C900 16"-24" AW WA C900-16 UL 1285 12/6/2018 3311 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 3311 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) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 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 Fittines 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 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AW WA C 110 * E1-07 Ductile Iron Fittings McWane/lyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C 111 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWAC 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 CoXin-Flange Uni-Flange Series 1400 AW WA CI I IIC153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box CoXin-Flange Uni-Flange Series 1500 Circle -Lock AW WA CI I IIC153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWAC111/CI16/C153 4"to12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA CI11/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI11/C116/C153 4" to 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA CI I IIC153 4" to 10" 03/06/19 33-I1-I1 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP .3119118 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retaner Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-1141 Mechanical Joint Retaner Glands SIP Industnes(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. [Classsification Manufacturer Water Pines & Fittings/Resilient Seated Gate 33-12-20 (05/13/151, Model No. national Spec Size - alves 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 Series2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Senes 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 Seaded 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 42" 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 We Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Nora 3) 05/08/91 E1-26 Resilient Seat eedd Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Mcuoseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FI—Master Gat. Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - Pioes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I I * EI-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger I 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmahc 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 I 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 05/12/05 E1-13 Polyethylene Encasmcnt Fl-sol Packaging Fulton Enterprises AW WA C105 8 it LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 IPolvethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I Water - SamnlinH Station I 03/07/23 33 12 50 lWater Sampling Station Kupf le Foundry Company Eclipse, Number 88, 12-inch Depth ofBury As shown in spec. 33 12 50 09l02F24 3344-M - Sampling Statio is, hie -D NL, ReezeThis Proof, I !asp for Lacking Access Hatch product removed Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 1.110 Automated Flushing System Mueller Hydrosami d HG2-A-IN--2-PVC-018-LPLG(Perno,... ) 04/09/21 Automated Flushing System KupliMe 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 minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6