HomeMy WebLinkAboutContract 64043-V2CONTRACT
FOR
THE CONSTRUCTION OF
SILVER CREEK LIFT STATION
VOLUME 2 OF 2
City Project No. 104489-3
Mattie Parker Jesus “Jay” Chapa
Mayor City Manager
Christopher Harder, P.E.
Director, Water Department
Prepared for
The City of Fort Worth
Water Department
MAY 2025
Prepared by:
Texas Registered Engineering Firm F-928
Kimley-Horn No. 061018452
CSC No. 64043-V2
05/02/2025
05/02/2025
05/02/2025
For Civil Design:
William Weidman, P.E.
Kimley-Horn and Associates, Inc.
TBPE Reg # F-928
801 Cherry Street, Unit 11
Suite 1300
Fort Worth, TX 76102
For Civil Design:
Josh Kercho, P.E.
Kimley-Horn and Associates, Inc.
TBPE Reg # F-928
801 Cherry Street, Unit 11
Suite 1300
Fort Worth, TX 76102
For Structural Design:
Nicole Allender, P.E.
Kimley-Horn and Associates, Inc.
TBPE Reg # F-928
7740 North 16th Street
Suite 300
Phoenix, AZ 85020
For Mechanical and Plumbing Design:
Casey A. Reimann, P.E.
Kimley-Horn and Associates, Inc.
TBPE Reg # F-928
801 Cherry Street, Unit 11
Suite 1300
Fort Worth, TX 76102
05/02/2025
For Electrical Design:
Andrew Reed, P.E.
Gupta & Associates, Inc.
TBPE Reg # F-2593
13717 Neutron Road
Dallas, TX 75244
For Instrumentation and Controls Design:
Le Tien Dang, P.E.
Gupta & Associates, Inc.
TBPE Reg # F-2593
13717 Neutron Road
Dallas, TX 75244
For Architectural Design:
David Duman, AIA
Quorum Architects, Inc.
825 West Vickery Blvd, Ste 100
Fort Worth, TX 76104
Adopted September 2011
City of Fort Worth
Standard Construction Specification
Documents
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATOIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised June 7, 2024
SECTION 00 00 00
TABLE OF CONTENTS
VOLUME 1 OF 2:
Division 00 - General Conditions Last Revised
00 05 10 Mayor and Council Communication 07/01/2011
00 05 15 Addenda 07/01/2011
00 11 13 Invitation to Bidders 02/08/2024
00 21 13 Instructions to Bidders 01/17/2024
00 35 13 Conflict of Interest Statement 02/24/2020
00 41 00 Bid Form 09/30/2021
00 42 43 Proposal Form Unit Price 01/20/2012
00 43 13 Bid Bond 09/11/2017
00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011
00 45 11 Bidders Prequalifications 08/13/2011
00 45 12 Prequalification Statement 09/30/2021
00 45 13 Prequalification Application 08/13/2021
00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011
00 45 40 Business Equity Goal 06/07/2024
00 52 43 Agreement 3/08/2024
00 61 13 Performance Bond 12/08/2023
00 61 14 Payment Bond 12/08/2023
00 61 19 Maintenance Bond 12/08/2023
00 61 25 Certificate of Insurance 07/01/2011
00 72 00 General Conditions 03/08/2024
00 73 00 Supplementary Conditions – MODIFIED 05/02/2025
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work – MODIFIED 12/20/2012
01 25 00 Substitution Procedures – MODIFIED 07/01/2011
01 31 19 Preconstruction Meeting – MODIFIED 08/17/2012
01 31 20 Project Meetings – MODIFIED 07/01/2011
01 32 13 Schedule of Values – WFP 05/02/2025
01 32 16 Construction Schedule – MODIFIED 10/06/2023
01 32 33 Preconstruction Video – MODIFIED 07/01/2011
01 32 35 Aerial Photographic Documentation – WFP 05/02/2025
01 33 00 Submittals – MODIFIED 12/20/2012
01 35 13 Special Project Procedures – MODIFIED 03/11/2022
01 45 23 Testing and Inspection Services – MODIFIED 03/09/2020
01 50 00 Temporary Facilities and Controls – MODIFIED 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control –
MODIFIED 03/22/2021
01 57 13 Storm Water Pollution Prevention Plan – MODIFIED 07/01/2011
01 58 13 Temporary Project Signage – MODIFIED 07/01/2011
01 60 00 Product Requirements – MODIFIED 03/09/2020
01 66 00 Product Storage and Handling Requirements – MODIFIED 07/01/2011
01 70 00 Mobilization and Remobilization – MODIFIED 11/22/2016
01 71 23 Construction Staking and Survey – MODIFIED 02/14/2018
01 74 23 Cleaning – MODIFIED 07/01/2011
01 75 16 Starting of the System – NON-STANDARD 05/02/2025
01 77 19 Closeout Requirements – MODIFIED 03/22/2021
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATOIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised June 7, 2024
01 78 23 Operation and Maintenance Data – MODIFIED 12/20/2012
01 78 39 Project Record Documents – MODIFIED 07/01/2011
Division 02 – Existing Conditions
Date
Modified
02 41 15 Paving Removal – MODIFIED 05/02/2025
Division 03 - Concrete
03 20 00 Concrete Reinforcing – NON-STANDARD 05/02/2025
03 30 00 Cast-In-Place Concrete – MODIFIED 05/02/2025
03 34 13 Controlled Low Strength Material (CLSM) – MODIFIED 05/02/2025
03 34 16 Concrete Base Material for Trench Repair – MODIFIED 05/02/2025
Division 04 – Unit Masonry
04 05 23 Masonry Accessories – Flashing – NON-STANDARD 05/02/2025
04 22 00 Concrete Unit Masonry – NON-STANDARD 05/02/2025
04 72 00 Cast Stone – NON-STANDARD 05/02/2025
Division 05 - Metals
05 05 33 Anchor Systems – NON-STANDARD 05/02/2025
05 12 00 Structural Steel Framing – NON-STANDARD 05/02/2025
05 50 00 Miscellaneous Metal Fabrications – NON-STANDARD 05/02/2025
05 53 11 Steel Grating – NON-STANDARD 05/02/2025
05 53 13 Bar Gratings – NON-STANDARD 05/02/2025
05 53 16 Aluminum Grating – NON-STANDARD 05/02/2025
Division 06 – Wood, Plastics, and Composites
06 10 00 Rough Carpentry – NON-STANDARD 05/02/2025
06 16 00 Sheathing – NON-STANDARD 05/02/2025
06 17 53 Shop-Fabricated Wood Trusses – NON-STANDARD 05/02/2025
Division 07 – Thermal and Moisture Protection
07 19 00 Water Repellent – NON-STANDARD 05/02/2025
07 21 00 Insulation – NON-STANDARD 05/02/2025
07 61 00 Preformed Metal Roof and Sofft – NON-STANDARD 05/02/2025
07 61 01 PAC Clad Details – NON-STANDARD 05/02/2025
07 62 00 Metal Flashing and Trim – NON-STANDARD 05/02/2025
07 92 00 Caulking and Sealing – NON-STANDARD 05/02/2025
Division 08 - Openings
08 11 13 Hollow Metal Doors and Frames – NON-STANDARD 05/02/2025
08 71 00 Door Hardware – NON-STANDARD 05/02/2025
Division 09 - Finishes
09 90 00 Painting – NON-STANDARD 05/02/2025
09 91 00 Piping and Equipment Painting – NON-STANDARD 05/02/2025
Division 10 - Specialties
10 00 00 Miscellaneous Accessories – NON-STANDARD 05/02/2025
10 70 00 Aluminum Canopy – NON-STANDARD 05/02/2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATOIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised June 7, 2024
Division 22 – Plumbing
22 13 16 Sanitary Waste and Vent Piping – NON-STANDARD 05/02/2025
22 14 29 Sump Pumps – NON-STANDARD 05/02/2025
Division 23 – Heating, Ventilating, and Air Conditioning (HVAC)
23 05 11 Common Work Results for HVAC – NON-STANDARD 05/02/2025
23 05 53 Identification for HVAC Piping and Equipment – NON-
STANDARD
05/02/2025
23 05 93 Testing, Adjusting and Balancing for HVAC – NON-
STANDARD
05/02/2025
23 07 11 HVAC Insulation – NON-STANDARD 05/02/2025
23 09 13 HVAC Digital Controls 05/02/2025
23 23 00 Refrigerant Piping – NON-STANDARD 05/02/2025
23 31 00 HVAC Ducts and Casing – NON-STANDARD 05/02/2025
23 37 00 Air Outlets and Inlets – NON-STANDARD 05/02/2025
23 81 00 Decentralized Unitary HVAC Equipment – NON-STANDARD 05/02/2025
Division 26 - Electrical
26 00 00 Electrical General Provisions – NON-STANDARD 05/02/2025
26 05 19 Low-Voltage Wires and Cables – NON-STANDARD 05/02/2025
26 05 26 Grounding and Bonding System – NON-STANDARD 05/02/2025
26 05 29 Electrical Support Hardware – NON-STANDARD 05/02/2025
26 05 33 Raceways, Boxes, Enclosures and Fittings – NON-STANDARD 05/02/2025
26 05 36 Cable Tray – NON-STANDARD 05/02/2025
26 05 43 Underground System – NON-STANDARD 05/02/2025
26 05 73 Power System Study – NON-STANDARD 05/02/2025
26 22 13 Distribution Dry-Type Transformers 05/02/2025
26 24 16 Panelboards – NON-STANDARD 05/02/2025
26 24 19 Low Voltage Motor Control Centers – NON-STANDARD 05/02/2025
26 27 13 Power Metering and Protective Relays – NON-STANDARD 05/02/2025
26 27 26 Light Switches and Receptacles – NON-STANDARD 05/02/2025
26 28 16 Low Voltage Enclosed Circuit Breakers and Disconnect
Switches – NON-STANDARD
05/02/2025
26 29 87 Electrical Contractor Provided Control Panels (ECPs) – NON-
STANDARD
05/02/2025
26 32 13 Standby Generator Set – NON-STANDARD 05/02/2025
26 33 53 Single Phase Uninterruptible Power Supply System (UPS) –
NON-STANDARD
05/02/2025
26 41 00 Lightning Protection System – NON-STANDARD 05/02/2025
26 43 13 Low Voltage AC Surge Protective Devices (SPDs) – NON-
STANDARD
05/02/2025
26 50 00 Lighting System – NON-STANDARD 05/02/2025
VOLUME 2 OF 2:
Division 31 - Earthwork
31 00 00 Site Clearing – MODIFIED 05/02/2025
31 23 16 Unclassified Excavation – MODIFIED 05/02/2025
31 23 23 Borrow – MODIFIED 05/02/2025
31 24 00 Embankments – MODIFIED 05/02/2025
31 25 00 Erosion and Sediment Control – MODIFIED 05/02/2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATOIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised June 7, 2024
Division 32 – Exterior Improvements
32 11 23 Flexible Base Courses – MODIFIED 05/02/2025
32 11 29 Lime Treated Base Courses – MODIFIED 05/02/2025
32 13 13 Concrete Paving – MODIFIED 05/02/2025
32 13 73 Concrete Paving Joint Sealants – MODIFIED 05/02/2025
32 31 13 Chain Fences and Gates – MODIFIED 05/02/2025
32 31 14 Chain Link Cantilever Slide Gate – NON-STANDARD 05/02/2025
32 84 00 Site Irrigation System – NON-STANDARD 05/02/2025
32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways –
MODIFIED
05/02/2025
32 92 13 Sodding – MODIFIED 05/02/2025
32 92 14 Non-Native Seeding – MODIFIED 05/02/2025
32 93 43 Trees and Shrubs – MODIFIED 05/02/2025
Division 33 - Utilities
33 01 12 Water Tightness Testing for Hydraulic Structures – NON-
STANDARD
05/02/2025
33 01 30 Sewer and Manhole Testing – MODIFIED 05/02/2025
33 01 31 Closed Circuit Television (CCTV) Inspection – Sanitary Sewer –
MODIFIED
05/02/2025
33 04 40 Cleaning and Acceptance Testing of Water Mains – MODIFIED 05/02/2025
33 04 10 Join Bonding and Electrical Isolation – MODIFIED 05/02/2025
33 04 50 Cleaning of Pipes – MODIFIED 05/02/2025
33 05 10 Utility Trench Excavation, Embedment, and Backfill –
MODIFIED
05/02/2025
33 05 13 Frame, Cover and Grade Rings – MODIFIED 05/02/2025
33 05 17 Concrete Collars – MODIFIED 05/02/2025
33 05 26 Utility Markers/Locators – MODIFIED 05/02/2025
33 05 30 Location of Existing Utilities – MODIFIED 05/02/2025
33 11 05 Bolts, Nuts, and Gaskets – MODIFIED 05/02/2025
33 11 10 Ductile Iron Pipe – MODIFIED 05/02/2025
33 11 11 Ductile Iron Fittings – MODIFIED 05/02/2025
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe – MODIFIED 05/02/2025
33 12 20 Resilient Seated Gate Valve – MODIFIED 05/02/2025
33 12 25 Connection to Existing Water Mains – MODIFIED 05/02/2025
33 12 40 Fire Hydrants – MODIFIED 05/02/2025
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers –
MODIFIED
05/02/2025
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains –
MODIFIED
05/02/2025
33 39 10 Cast-in-Place Concrete Manholes – MODIFIED 05/02/2025
33 39 20 Precast Concrete Manholes – MODIFIED 05/02/2025
33 39 21 Polymer Concrete Manholes – NON-STANDARD 05/02/2025
33 39 60 Liners for Sanitary Sewer Structures – MODIFIED 05/02/2025
Division 34 – Transportation
34 71 13 Traffic Control – MODIFIED 05/02/2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATOIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised June 7, 2024
Division 40 - Process Interconnections
40 05 00 Lift Station Accessories – NON-STANDARD 05/02/2025
40 05 62 Plug Valves 05/02/2025
40 05 97 Identification for Process Piping and Equipment 05/02/2025
40 06 65 Swing Check Valves – NON-STANDARD 05/02/2025
40 61 00 Process Control Systems General Provisions – NON-
STANDARD
05/02/2025
40 61 96 Process Control Descriptions – NON-STANDARD 05/02/2025
40 63 00 Programmable Logic Controller – NON-STANDARD 05/02/2025
40 66 00 Communications Interface Equipment – NON-STANDARD 05/02/2025
40 67 00 Process Control Systems Control Panels – NON-STANDARD 05/02/2025
40 68 60 Application Services – NON-STANDARD 05/02/2025
40 70 50 Instrument Support Hardware – NON-STANDARD 05/02/2025
40 71 00 Flow Measurement Devices – NON-STANDARD 05/02/2025
40 72 00 Level Measurement Devices – NON-STANDARD 05/02/2025
40 73 00 Pressure Instruments – NON-STANDARD 05/02/2025
40 74 00 Temperature Instruments – NON-STANDARD 05/02/2025
40 78 00 Panel Mounted Control Devices – NON-STANDARD 05/02/2025
40 80 00 Process Control Systems Testing – NON-STANDARD 05/02/2025
Division 43 - Process Gas and Liquid Handling, Purification, and Storage Equipment
43 25 00 Submersible Sewage Pumps – NON-STANDARD 05/02/2025
Division 44 – Pollution and Waste Control Equipment
44 31 16 Activated Carbon Scrubber – NON-STANDARD 05/02/2025
Division 46 - Water and Wastewater Equipment
46 41 00 Air Powered Wetwell Mixers – NON-STANDARD 05/02/2025
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GR-01 60 00 Product Requirements
END OF SECTION
31 10 00 - 1
SITE CLEARING
Page 1 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
SECTION 31 10 00 1
SITE CLEARING 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Preparation of right-of-way and other designated areas for construction operations 6
by removing and disposing of all obstructions including clearing and grubbing and 7
trees, when removal of such obstructions is not specifically shown on the Drawings 8
to be paid by other Sections. The City of Fort Worth’s Urban Forestry Ordinance 9
governs all tree removals. 10
B. Deviations from this City of Fort Worth Standard Specification 11
1. Modified 1.2.A.1.b.1) 12
2. Added 1.2.A.1.b.2) 13
3. Modified 1.2.A.2.b.1) 14
4. Added 1.2.A.2.b.2) 15
5. Modified 1.2.A.3.b.1) 16
6. Added 1.2.A.3.b.2) 17
7. Modified 1.2.A.4.b.1) 18
8. Added 1.2.A.4.b.2) 19
C. Related Specification Sections include but are not necessarily limited to 20
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21
2. Division 1 – General Requirements 22
3. Section 02 41 13 – Selective Site Demolition 23
4. Section 02 41 14 – Utility Removal/Abandonment 24
1.2 PRICE AND PAYMENT PROCEDURES 25
A. Measurement and Payment 26
1. Site Clearing 27
a. Measurement 28
1) Measurement for this Item shall be by lump sum. 29
b. Payment 30
1) Unit Price – The work performed and the materials furnished in 31
accordance with this Item shall be paid for at the lump sum price bid for 32
“Site Clearing”. 33
2) Lump Sum Price – The work performed and the materials furnished in 34
accordance with this Item are included in the total lump sum price. 35
c. The price bid shall include: 36
1) Pruning of designated trees and shrubs 37
2) Removal and disposal of trees, structures and obstructions 38
3) Backfilling of holes 39
4) Clean-up 40
31 10 00 - 2
SITE CLEARING
Page 2 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
2. Tree Removal (typically included in “Site Clearing”, but should be used if “Site 1
Clearing” is not a bid item) 2
a. Measurement 3
1) Measurement for this Item shall be per each. 4
b. Payment 5
1) Unit Price – The work performed and the materials furnished in 6
accordance with this Item shall be paid for at the unit price bid per each 7
“Tree Removal” for: 8
a) Various caliper ranges 9
2) Lump Sum Price – The work performed and the materials furnished in 10
accordance with this Item are included in the total lump sum price. 11
c. The price bid shall include: 12
1) Pruning of designated trees and shrubs 13
2) Removal and disposal of structures and obstructions 14
3) Grading and backfilling of holes 15
4) Excavation 16
5) Fertilization 17
6) Clean-up 18
3. Tree Removal and Transplantation 19
a. Measurement 20
1) Measurement for this Item shall be per each. 21
b. Payment 22
1) Unit Price – The work performed and the materials furnished in 23
accordance with this Item shall be paid for at the unit price bid per each 24
“Tree Transplant” for: 25
a) Various caliper ranges 26
2) Lump Sum Price – The work performed and the materials furnished in 27
accordance with this Item are included in the total lump sum price. 28
c. The price bid shall include: 29
1) Pruning of designated trees and shrubs 30
2) Removal and disposal of structures and obstructions 31
3) Moving tree with truck mounted tree spade 32
4) Grading and backfilling of holes 33
5) Replanting tree at temporary location (determined by Contractor) 34
6) Maintaining tree until Work is completed 35
7) Replanting tree into original or designated location 36
8) Excavation 37
9) Fertilization 38
10) Clean-up 39
4. Tree Protection 40
a. Measurement 41
1) Measurement for this Item per each as designated on Construction 42
Drawings for protection 43
b. Payment 44
1) Unit Price – The work performed and the materials furnished in 45
accordance with this Item shall be paid for at the unit price bid per each 46
“Tree Protection” for: 47
a) Various caliper ranges 48
31 10 00 - 3
SITE CLEARING
Page 3 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
2) Lump Sum Price – The work performed and the materials furnished in 1
accordance with this Item are included in the total lump sum price. 2
c. The price bid shall include: 3
1) Protection of tree utilizing measures designated on Construction Drawings 4
2) Installation of work barriers as designated on Construction Drawings 5
3) Maintenance of protection measures throughout construction completed 6
4) Replanting tree into original or designated location 7
5) Excavation 8
6) Fertilization 9
7) Mulching 10
8) Clean-up 11
1.3 REFERENCES [NOT USED] 12
1.4 ADMINSTRATIVE REQUIREMENTS 13
A. Permits 14
1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 15
required by the City’s Tree Ordinance. PARD-Forestry details can be found here: 16
Forestry – Welcome to the City of Fort Worth (fortworthtexas.gov). Urban Forestry 17
Compliance's ordinance and requirements are within Zoning and can be found here: 18
Zoning – Welcome to the City of Fort Worth (fortworthtexas.gov). Preinstallation 19
Meetings 20
2. Hold a preliminary site clearing meeting and include the Contractor, City Forester 21
(if City owned tree) or representative of Urban Forestry (if privately owned tree), 22
City Inspector, and the Project Manager for the purpose of reviewing the 23
Contractor’s tree removal plan. Clearly mark all trees to remain on the project site 24
prior to the meeting. 25
3. The Contractor will provide the City with a Disposal Letter in accordance to 26
Division 01. 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 [NOT USED] 32
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33
1.11 FIELD CONDITIONS [NOT USED] 34
1.12 WARRANTY [NOT USED] 35
PART 2 - PRODUCTS [NOT USED] 36
31 10 00 - 4
SITE CLEARING
Page 4 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
PART 3 - EXECUTION 1
3.1 INSTALLERS [NOT USED] 2
3.2 EXAMINATION [NOT USED] 3
3.3 PREPARATION 4
A. All trees identified to be protected and/or preserved should be clearly flagged with 5
survey tape. 6
B. Following taping and prior to any removals or site clearing, the Contractor shall meet 7
with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 8
saved. 9
3.4 INSTALLATION 10
A. Protection of Trees 11
1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 12
Refer to the Drawings for tree protection details. 13
2. If the Drawings do not provide tree protection details, protected trees shall be 14
fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 15
the corners located on the canopy drip line, unless instructed otherwise. 16
3. When site conditions do not allow for the T-posts to be installed at the drip line, the 17
T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 ½ 18
gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 19
form the enclosure. 20
4. For City-owned trees, PARD-Forestry permission is required to install protective 21
fencing inside of canopy dripline (Critical Root Zone). 22
5. Additional trunk protection (cladding) is required when protective fencing is 23
approved within the Critical Root Zone. 24
6. Do not park equipment, service equipment, store materials, or disturb the root area 25
under the branches of trees designated for preservation. 26
7. When shown on the Drawings, treat cuts on trees with an approved tree wound 27
dressing within 30 minutes of making a pruning cut or otherwise causing damage to 28
the tree. 29
8. Trees and brush shall be mulched on-site. 30
a. Burning as a method of disposal is not allowed. 31
B. Hazardous Materials 32
1. The Contractor will notify the Engineer immediately if any hazardous or 33
questionable materials not shown on the Drawings are encountered. This includes; 34
but not limited to: 35
a. Floor tiles 36
b. Roof tiles 37
c. Shingles 38
d. Siding 39
e. Utility piping 40
2. The testing, removal, and disposal of hazardous materials will be in accordance 41
with Division 1. 42
31 10 00 - 5
SITE CLEARING
Page 5 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
C. Site Clearing 1
1. Clear areas shown on the Drawings of all obstructions, except those landscape 2
features that are to be preserved. Such obstructions include, but are not limited to: 3
a. Remains of buildings and other structures 4
b. Foundations 5
c. Floor slabs 6
d. Concrete 7
e. Brick 8
f. Lumber 9
g. Plaster 10
h. Septic tank drain fields 11
i. Abandoned utility pipes or conduits 12
j. Equipment 13
k. Trees 14
l. Fences 15
m. Retaining walls 16
n. Other items as specified on the Drawings 17
2. Remove vegetation and other landscape features not designated for preservation, 18
whether above or below ground, including, but not limited to: 19
a. Curb and gutter 20
b. Driveways 21
c. Paved parking areas 22
d. Miscellaneous stone 23
e. Sidewalks 24
f. Drainage structures 25
g. Manholes 26
h. Inlets 27
i. Abandoned railroad tracks 28
j. Scrap iron 29
k. Other debris 30
3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 31
maintain traffic and drainage in accordance with Section 02 41 14. 32
4. In areas receiving embankment, remove obstructions not designated for 33
preservation to 2 feet below natural ground. 34
5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 35
6. In all other areas, remove obstructions to 1 foot below natural ground. 36
7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 37
off to ground level. 38
a. Removal of existing structures shall be as per Section 02 41 13. 39
D. Disposal 40
1. Dispose of all trees within 24 hours of removal. 41
2. All materials and debris removed becomes the property of the Contractor, unless 42
otherwise stated on the Drawings. 43
3. The Contractor will dispose of material and debris off-site in accordance with local, 44
state, and federal laws and regulations. 45
3.5 REPAIR [NOT USED] 46
31 10 00 - 6
SITE CLEARING
Page 6 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
3.6 RE-INSTALLATION [NOT USED] 1
3.7 FIELD QUALITY CONTROL [NOT USED] 2
3.8 SYSTEM STARTUP [NOT USED] 3
3.9 ADJUSTING [NOT USED] 4
3.10 CLEANING [NOT USED] 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
END OF SECTION 10
11
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.
12
31 23 16 - 1
UNCLASSIFIED EXCAVATION
Page 1 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
SECTION 31 23 16 1
UNCLASSIFIED EXCAVATION 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Excavate areas as shown on the Drawings or as directed. Removal of materials 6
encountered to the lines, grades, and typical sections shown on the Drawings and 7
removal from site. Excavations may include construction of 8
a. Roadways 9
b. Drainage Channels 10
c. Site Excavation 11
d. Excavation for Structures 12
e. Or any other operation involving the excavation of on-site materials 13
B. Deviations from this City of Fort Worth Standard Specification 14
1. Modified 1.2.A.1.b.1) 15
2. Added 1.2.A.1.b.2) 16
3. Deleted 1.2.A.2 17
1. Modified 1.10.A.1 18
C. Related Specification Sections include, but are not necessarily limited to: 19
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 20
2. Division 1 – General Requirements 21
3. Section 31 23 23 – Borrow 22
4. Section 31 24 00 – Embankments 23
1.2 PRICE AND PAYMENT PROCEDURES 24
A. Measurement and Payment 25
1. Excavation by Plan Quantity 26
a. Measurement 27
1) Measurement for this Item shall be by the cubic yard in its final position 28
using the average end area method. Limits of measurement are shown on 29
the Drawings. 30
2) When measured by the cubic yard in its final position, this is a plans 31
quantity measurement Item. The quantity to be paid is the quantity shown 32
in the proposal, unless modified by Article 11.04 of the General 33
Conditions. Additional measurements or calculations will be made if 34
adjustments of quantities are required. 35
b. Payment 36
1) Unit Price – The work performed and materials furnished in accordance 37
with this Item and measured as provided under “Measurement” will be paid 38
for at the unit price bid per cubic yard of “Unclassified Excavation by 39
Plan”. No additional compensation will be allowed for rock or 40
shrinkage/swell factors, as these are the Contractor’s responsibility. 41
31 23 16 - 2
UNCLASSIFIED EXCAVATION
Page 2 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
2) Lump Sum Price – The work performed and the materials furnished in 1
accordance with this Item are included in the total lump sum price. 2
c. The price bid shall include: 3
1) Excavation 4
2) Excavation Safety 5
3) Drying 6
4) Dust Control 7
5) Reworking or replacing the over excavated material in rock cuts 8
6) Hauling 9
7) Disposal of excess material not used elsewhere onsite 10
8) Scarification 11
9) Clean-up 12
2. Excavation by Surveyed Quantity 13
a. Measurement 14
1) Measurement for this Item shall be by the cubic yard in its final position 15
calculated using the average end area or composite method. 16
a) The City will perform a reference survey once the Site has been cleared 17
to obtain existing ground conditions. 18
b) The City will perform a final post-construction survey. 19
c) The Contractor will be paid for the cubic yardage of Excavated material 20
calculated as the difference between the two surveys. 21
d) Partial payments will be based on estimated plan quantity 22
measurements calculated by the Engineer. 23
b. Payment 24
1) The work performed and materials furnished in accordance with this Item 25
and measured as provided under “Measurement” will be paid for at the unit 26
price bid per cubic yard of “Unclassified Excavation by Survey”. 27
c. The price bid shall include: 28
1) Excavation 29
2) Excavation Safety 30
3) Drying 31
4) Dust Control 32
5) Reworking or replacing the over excavated material in rock cuts 33
6) Hauling 34
7) Disposal of excess material not used elsewhere onsite 35
8) Scarification 36
9) Clean-up 37
1.3 REFERENCES [NOT USED] 38
A. Definitions 39
1. Unclassified Excavation – Without regard to materials, all excavations shall be 40
considered unclassified and shall include all materials excavated. Any reference to 41
Rock or other materials on the Drawings or in the specifications is solely for the 42
City and the Contractor’s information and is not to be taken as a classification of 43
the excavation. 44
1.4 ADMINSTRATIVE REQUIREMENTS 45
A. The Contractor will provide the City with a Disposal Letter in accordance to Division 46
01. 47
31 23 16 - 3
UNCLASSIFIED EXCAVATION
Page 3 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE 5
A. Excavation Safety 6
1. The Contractor shall be solely responsible for making all excavations in a safe 7
manner. 8
2. All excavation and related sheeting and bracing shall comply with the requirements 9
of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 10
1.10 DELIVERY, STORAGE, AND HANDLING 11
A. Storage 12
1. Within Existing Rights-of-Way (ROW) 13
a. Soil may NOT be stored within existing ROW, easements or temporary 14
construction easements, unless specifically disallowed in the Contract 15
Documents. 16
b. Do not block drainage ways, inlets or driveways. 17
c. Provide erosion control in accordance with Section 31 25 00. 18
d. When the Work is performed in active traffic areas, store materials only in 19
areas barricaded as provided in the traffic control plans. 20
e. In non-paved areas, do not store material on the root zone of any trees or in 21
landscaped areas. 22
2. Designated Storage Areas 23
a. If the Contract Documents do not allow the storage of spoils within the ROW, 24
easement or temporary construction easement, then secure and maintain an 25
adequate storage location. 26
b. Provide an affidavit that rights have been secured to store the materials on 27
private property. 28
c. Provide erosion control in accordance with Section 31 25 00. 29
d. Do not block drainage ways. 30
1.11 FIELD CONDITIONS 31
A. Existing Conditions 32
1. Any data which has been or may be provided on subsurface conditions is not 33
intended as a representation or warranty of accuracy or continuity between soils. It 34
is expressly understood that neither the City nor the Engineer will be responsible 35
for interpretations or conclusions drawn there from by the Contractor. 36
2. Data is made available for the convenience of the Contractor. 37
31 23 16 - 4
UNCLASSIFIED EXCAVATION
Page 4 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
1.12 WARRANTY [NOT USED] 1
PART 2 - PRODUCTS [NOT USED] 2
2.1 OWNER-FURNISHED [NOT USED] 3
2.2 PRODUCT TYPES AND MATERIALS 4
A. Materials 5
1. Unacceptable Fill Material 6
a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 7
D2487 8
PART 3 - EXECUTION 9
3.1 INSTALLERS [NOT USED] 10
3.2 EXAMINATION [NOT USED] 11
3.3 PREPARATION [NOT USED] 12
3.4 CONSTRUCTION 13
A. Accept ownership of unsuitable or excess material and dispose of material off-site 14
accordance with local, state, and federal regulations at locations. 15
B. Excavations shall be performed in the dry, and kept free from water, snow and ice 16
during construction with eh exception of water that is applied for dust control. 17
C. Separate Unacceptable Fill Material from other materials, remove from the Site and 18
properly dispose according to disposal plan. 19
D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 20
proposed or existing structures. 21
E. Correct any damage to the subgrade caused by weather, at no additional cost to the 22
City. 23
F. Shape slopes to avoid loosening material below or outside the proposed grades. 24
Remove and dispose of slides as directed. 25
G. Rock Cuts 26
1. Excavate to finish grades. 27
2. In the event of over excavation due to contractor error below the lines and grades 28
established in the Drawings, use approved embankment material compacted in 29
accordance with Section 31 24 00 to replace the over excavated at no additional 30
cost to City. 31
H. Earth Cuts 32
1. Excavate to finish subgrade 33
31 23 16 - 5
UNCLASSIFIED EXCAVATION
Page 5 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
2. In the event of over excavation due to contractor error below the lines and grades 1
established in the Drawings, use approved embankment material compacted in 2
accordance with Section 31 24 00 to replace the over excavated at no additional 3
cost to City. 4
3. Manipulate and compact subgrade in accordance with Section 31 24 00. 5
3.5 REPAIR [NOT USED] 6
3.6 RE-INSTALLATION [NOT USED] 7
3.7 FIELD QUALITY CONTROL 8
A. Subgrade Tolerances 9
1. Excavate to within 0.1 foot in all directions. 10
2. In areas of over excavation, Contractor provides fill material approved by the City 11
at no expense to the City. 12
3.8 SYSTEM STARTUP [NOT USED] 13
3.9 ADJUSTING [NOT USED] 14
3.10 CLEANING [NOT USED] 15
3.11 CLOSEOUT ACTIVITIES [NOT USED] 16
3.12 PROTECTION [NOT USED] 17
3.13 MAINTENANCE [NOT USED] 18
3.14 ATTACHMENTS [NOT USED] 19
END OF SECTION 20
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification
1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment
Methods on bid list.
21
31 23 23 - 1
BORROW
Page 1 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
SECTION 31 23 23 1
BORROW 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Furnish, place and compact Borrow material for grading. 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. Added 1.2.A.1 8
2. Deleted 1.2.A.2 9
3. Deleted 1.2.A.3 10
4. Deleted 1.2.A.4 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 31 23 16 – Unclassified Excavation 15
4. Section 31 24 00 – Embankments 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Borrow 19
a. Measurement 20
1) This Item is considered subsidiary to the structure or Items being 21
placed. 22
b. Payment 23
1) Unit Price – The work performed and the materials furnished in 24
accordance with this Item are subsidiary to the structure or Items 25
being placed and no other compensation will be allowed. 26
2) Lump Sum Price – The work performed and the materials furnished in 27
accordance with this Item are included in the total lump sum price 28
2. Borrow by Plan Quantity 29
a. Measurement 30
1) Measurement for this Item shall be by the cubic yard in its final position 31
using the average end area method. Limits of measurement are shown on 32
the Drawings. 33
2) When measured by the cubic yard in its final position, this is a plans 34
quantity measurement Item. The quantity to be paid is the quantity shown 35
in the proposal, unless modified by Article 11.04 of the General 36
Conditions. Additional measurements or calculations will be made if 37
adjustments of quantities are required. 38
b. Payment 39
31 23 23 - 2
BORROW
Page 2 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
1) The work performed and materials furnished in accordance with this Item 1
and measured as provided under “Measurement” will be paid for at the unit 2
price bid per cubic yard of “Borrow by Plan” for the various borrow 3
materials. No additional compensation will be allowed for rock or 4
shrinkage/swell factors, as these are the Contractor’s responsibility. 5
c. The price bid shall include: 6
1) Transporting or hauling material 7
2) Furnishing, placing, compacting and finishing Borrow 8
3) Construction Water 9
4) Dust Control 10
5) Clean-up 11
6) Proof Rolling 12
7) Disposal of excess or waste material 13
8) Reworking or replacement of undercut material 14
3. Borrow by Surveyed Quantity 15
a. Measurement 16
1) Measurement for this Item shall be by the cubic yard in its final position 17
calculated using the average end area or composite method. 18
a) The City will perform a reference survey once the Site has been cleared 19
to obtain existing ground conditions. 20
b) The City will perform a final post-construction survey. 21
c) The Contractor will be paid for the cubic yardage of Borrow material 22
calculated as the difference between the two surveys. 23
d) Partial payments will be based on estimated plan quantity 24
measurements calculated by the Engineer. 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 cubic yard of “Borrow by Survey” for: 29
a) Various Borrow materials 30
c. The price bid shall include: 31
1) Transporting or hauling material 32
2) Furnishing, placing, compacting and finishing Borrow 33
3) Construction Water 34
4) Clean-up 35
5) Dust Control 36
6) Proof Rolling 37
7) Disposal of excess or waste material 38
8) Reworking or replacement of undercut material 39
4. Borrow by Delivered Quantity 40
a. Measurement 41
1) Measurement for this Item shall be by the cubic yard of loose Borrow 42
material as delivered to the Site and recorded by truck ticket provided to the 43
City. 44
b. Payment 45
1) The work performed and materials furnished in accordance with this Item 46
and measured as provided under “Measurement” will be paid for at the unit 47
price bid per cubic yard of “Borrow by Delivery” delivered to the Site and 48
recorded by truck ticket for: 49
31 23 23 - 3
BORROW
Page 3 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
a) Various Borrow materials 1
c. The price bid shall include: 2
1) Transporting or hauling material 3
2) Furnishing, placing, compacting and finishing Borrow 4
3) Construction Water 5
4) Clean-up 6
5) Dust Control 7
6) Proof Rolling 8
7) Disposal of excess or waste material 9
8) Reworking or replacement of undercut material 10
1.3 REFERENCES 11
A. Reference Standards 12
1. Reference standards cited in this Specification refer to the current reference 13
standard published at the time of the latest revision date logged at the end of this 14
Specification, unless a date is specifically cited. 15
2. ASTM Standards 16
a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 17
Purposes (Unified Soil Classification System) 18
b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 19
Plasticity Index of Soils 20
c. ASTM D6913, Standard Test Methods for Particle-Size Distribution 21
(Gradation) of Soils Using Sieve Analysis 22
d. ASTM D698, Standard Test Methods for Laboratory Compaction 23
Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 24
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25
1.5 SUBMITTALS 26
A. Submittals shall be in accordance with Section 01 33 00. 27
B. All submittals shall be approved by the City prior to construction. 28
C. Submit laboratory tests reports for each soil borrow source used to supply general 29
borrow and select fill materials. 30
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31
A. Shop Drawings 32
1. Stockpiled Borrow material 33
a. Provide a description of the storage of the delivered Borrow material only if the 34
Contract Documents do not allow storage of materials in the right-of-way of the 35
easement. 36
1.7 CLOSEOUT SUBMITTALS [NOT USED] 37
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38
1.9 QUALITY ASSURANCE 39
A. Borrow material shall be tested prior to delivery to the Site. 40
31 23 23 - 4
BORROW
Page 4 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 1
from each source. 2
a. All testing listed above shall be performed in terms of ASTM D698, ASTM 3
D6913 and ASTM D4318-10 respectively. 4
1.10 DELIVERY, STORAGE, AND HANDLING 5
A. Delivery 6
1. Coordinate all deliveries and haul-off. 7
B. Storage 8
1. Within Existing Rights-of-Way (ROW) 9
a. Borrow materials may be stored within existing ROW, easements or temporary 10
construction easements, unless specifically disallowed in the Contract 11
Documents. 12
b. Do not block drainage ways, inlets or driveways. 13
c. Provide erosion control in accordance with Section 31 25 00. 14
d. Store materials only in areas barricaded as provided in the traffic control plans. 15
e. In non-paved areas, do not store material on the root zone of any trees or in 16
landscaped areas. 17
2. Designated Storage Areas 18
a. If the Contract Documents do not allow the storage of Borrow materials within 19
the ROW, easement or temporary construction easement, then secure and 20
maintain an adequate storage location. 21
b. Provide an affidavit that rights have been secured to store the materials on 22
private property. 23
c. Provide erosion control in accordance with Section 31 25 00. 24
d. Do not block drainage ways. 25
e. Only materials used for 1 working day will be allowed to be stored in the work 26
zone. 27
1.11 FIELD CONDITIONS [NOT USED] 28
1.12 WARRANTY [NOT USED] 29
PART 2 - PRODUCTS 30
2.1 OWNER-FURNISHED [NOT USED] 31
2.2 PRODUCT TYPES AND MATERIALS 32
A. Borrow 33
1. Additional soil beneath pavements, roadways, foundations and other structures 34
required to achieve the elevations shown on the Drawings. 35
2. Acceptable Fill Material 36
a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 37
ASTM D2487 38
b. Free from deleterious materials, boulders over 6 inches in size and organics 39
c. Can be placed free from voids 40
d. Must have 20 percent passing the number 200 sieve 41
3. Blended Fill Material 42
31 23 23 - 5
BORROW
Page 5 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 1
b. Blended with in-situ or imported Acceptable Fill material to meet the 2
requirements of an Acceptable Fill Material 3
c. Free from deleterious materials, boulders over 6 inches in size and organics 4
d. Must have 20 percent passing the number 200 sieve 5
4. Select Fill 6
a. Classified as SC or CL in accordance with ASTM D2487 7
b. Liquid limit less than 35 8
c. Plasticity index between 8 and 20 9
5. Cement Stabilized Sand (CSS) 10
a. Sand or silty sand 11
b. Free of clay or plastic material 12
c. Minimum of 4 percent cement content of Type I/II portland cement 13
d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 14
D1633, Method A 15
e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 16
D1633, Method A 17
f. Mix in a stationary pug mill, weigh-batch or continuous mixing plant 18
2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 19
2.4 ACCESSORIES [NOT USED] 20
2.5 SOURCE QUALITY CONTROL [NOT USED] 21
PART 3 - EXECUTION 22
3.1 INSTALLERS [NOT USED] 23
3.2 EXAMINATION [NOT USED] 24
3.3 PREPARATION [NOT USED] 25
3.4 INSTALLATION 26
A. All Borrow placement shall be performed in accordance to Section 31 24 00. 27
3.5 REPAIR [NOT USED] 28
3.6 RE-INSTALLATION [NOT USED] 29
3.7 FIELD QUALITY CONTROL 30
A. Field quality control will be performed in accordance to Section 31 24 00. 31
3.8 SYSTEM STARTUP [NOT USED] 32
3.9 ADJUSTING [NOT USED] 33
3.10 CLEANING [NOT USED] 34
3.11 CLOSEOUT ACTIVITIES [NOT USED] 35
31 23 23 - 6
BORROW
Page 6 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
3.12 PROTECTION [NOT USED] 1
3.13 MAINTENANCE [NOT USED] 2
3.14 ATTACHMENTS [NOT USED] 3
END OF SECTION 4
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification
1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment
Methods on bid list.
5
31 24 00 - 1
EMBANKMENTS
Page 1 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
SECTION 31 24 00 1
EMBANKMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Transporting and placement of Acceptable Fill Material within the boundaries of 6
the Site for construction of: 7
a. Roadways 8
b. Embankments 9
c. Drainage Channels 10
d. Site Grading 11
e. Any other operation involving the placement of on-site materials 12
B. Deviations from this City of Fort Worth Standard Specification 13
1. Added 1.2.A.1 14
2. Deleted 1.2.A.2 15
3. Deleted 1.2.A.3 16
4. Modified 3.7.A.1 17
5. Modified 3.7.A.3 18
C. Related Specification Sections include, but are not necessarily limited to: 19
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 20
2. Division 1 – General Requirements 21
3. Section 31 23 16 – Unclassified Excavation 22
4. Section 31 23 23 – Borrow 23
1.2 PRICE AND PAYMENT PROCEDURES 24
A. Measurement and Payment 25
1. Embankments 26
a. Measurement 27
1) This Item is considered subsidiary to the structure or Items being 28
placed. 29
b. Payment 30
1) Unit Price - The work performed and the materials furnished in 31
accordance with this Item are subsidiary to the structure or Items 32
being placed and no other compensation will be allowed. 33
2) Lump Sum Price - The work performed and the materials furnished in 34
accordance with this Item are included in the total lump sum price. 35
2. Embankments by Plan Quantity 36
a. Measurement 37
1) Measurement for this Item shall be by the cubic yard in its final position 38
using the average end area method. Limits of measurement are shown on 39
the Drawings. 40
31 24 00 - 2
EMBANKMENTS
Page 2 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
2) When measured by the cubic yard in its final position, this is a plans 1
quantity measurement Item. The quantity to be paid is the quantity shown 2
in the proposal, unless modified by Article 11.04 of the General 3
Conditions. Additional measurements or calculations will be made if 4
adjustments of quantities are required. 5
b. Payment 6
1) The work performed and materials furnished in accordance with this Item 7
and measured as provided under “Measurement” will be paid for at the unit 8
price bid per cubic yard of “Embankment by Plan”. No additional 9
compensation will be allowed for rock or shrinkage/swell factors, as these 10
are the Contractor’s responsibility. 11
c. The price bid shall include: 12
1) Transporting or hauling material 13
2) Placing, compacting, and finishing Embankment 14
3) Construction Water 15
4) Dust Control 16
5) Clean-up 17
6) Proof Rolling 18
7) Disposal of excess materials 19
8) Reworking or replacement of undercut material 20
3. Embankments by Surveyed Quantity 21
a. Measurement 22
1) Measurement for this Item shall be by the cubic yard in its final position 23
calculated using the average end area or composite method. 24
a) The City will perform a reference survey once the Site has been cleared 25
to obtain existing ground conditions. 26
b) The City will perform a final post-construction survey. 27
c) The Contractor will be paid for the cubic yardage of Embankment 28
calculated as the difference between the two surveys. 29
d) Partial payments will be based on estimated plan quantity 30
measurements calculated by the Engineer. 31
b. Payment 32
1) The work performed and materials furnished in accordance with this Item 33
and measured as provided under “Measurement” will be paid for at the unit 34
price bid per cubic yard of “Embankment by Survey”. 35
c. The price bid shall include: 36
1) Transporting or hauling material 37
2) Placing, compacting, and finishing Embankment 38
3) Construction Water 39
4) Dust Control 40
5) Clean-up 41
6) Proof Rolling 42
7) Disposal of excess materials 43
8) Reworking or replacement of undercut material 44
1.3 REFERENCES 45
A. Reference Standards 46
31 24 00 - 3
EMBANKMENTS
Page 3 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
1. Reference standards cited in this specification refer to the current reference standard 1
published at the time of the latest revision date logged at the end of this 2
specification, unless a date is specifically cited. 3
2. ASTM Standards 4
a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 5
and Plasticity Index of Soils 6
b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 7
Wax Method 8
c. ASTM D698-07e1, Standard Test Methods for Laboratory Compaction 9
Characteristics of Soil Using Standard Effort 10
d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 11
Characteristics of Soil Using Modified Effort 12
e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 13
Weight and Water Content Range for Effective Compaction of Granular Soils 14
Using a Vibrating Hammer 15
f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place 16
by the Sand Cone Method 17
1.4 ADMINSTRATIVE REQUIREMENTS 18
A. Sequencing 19
1. Sequence work such that calls of proctors are complete in accordance with ASTM 20
D698 prior to commencement of construction activities. 21
1.5 SUBMITTALS 22
A. Submittals shall be in accordance with Section 01 33 00. 23
B. All submittals shall be approved by the City prior to construction 24
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25
A. Shop Drawings 26
1. Stockpiled material 27
a. Provide a description of the storage of the excavated material only if the 28
Contract Documents do not allow storage of materials in the right-of-way or the 29
easement 30
1.7 CLOSEOUT SUBMITTALS [NOT USED] 31
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32
1.9 QUALITY ASSURANCE [NOT USED] 33
1.10 DELIVERY, STORAGE, AND HANDLING 34
A. Storage 35
1. Within Existing Rights-of-Way (ROW) 36
a. Soil may be stored within existing ROW, easements or temporary construction 37
easements, unless specifically disallowed in the Contract Documents. 38
b. Do not block drainage ways, inlets or driveways. 39
c. Provide erosion control in accordance with Section 31 25 00. 40
d. When the Work is performed in active traffic areas, store materials only in 41
areas barricaded as provided in the traffic control plans. 42
31 24 00 - 4
EMBANKMENTS
Page 4 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
e. In non-paved areas, do not store material on the root zone of any trees or in 1
landscaped areas. 2
2. Designated Storage Areas 3
a. If the Contract Documents do not allow the storage within the ROW, easement 4
or temporary construction easement, then secure and maintain an adequate 5
storage location. 6
b. Provide an affidavit that rights have been secured to store the materials on 7
private property. 8
c. Provide erosion control in accordance with Section 31 25 00. 9
d. Do not block drainage ways. 10
1.11 FIELD CONDITIONS 11
A. Existing Conditions 12
1. Any data which has been or may be provided on subsurface conditions is not 13
intended as a representation or warranty of accuracy or continuity between soils. It 14
is expressly understood that neither the City nor the Engineer will be responsible 15
for interpretations or conclusions drawn there from by the Contractor. 16
2. Data is made available for the convenience of the Contractor. 17
1.12 WARRANTY [NOT USED] 18
PART 2 - PRODUCTS 19
2.1 OWNER-FURNISHED [NOT USED] 20
2.2 PRODUCT TYPES AND MATERIALS 21
A. Materials 22
1. Acceptable Fill Material 23
a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 24
ASTM D2487 25
b. Free from deleterious materials, boulders over 6 inches in size and organics 26
c. Can be placed free from voids 27
d. Must have 20 percent passing the number 200 sieve 28
2. Blended Fill Material 29
a. In-situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 30
ASTM D2487 31
b. Blended with in-situ or imported acceptable backfill material to meet the 32
requirements of an Acceptable Backfill Material 33
c. Free from deleterious materials, boulders over 6 inches in size and organics 34
d. Must have 20 percent passing the number 200 sieve 35
3. Unacceptable Fill Material 36
a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 37
D2487 38
4. Select Fill 39
a. Classified as SC or CL in accordance with ASTM D2487 40
b. Liquid limit less than 35 41
c. Plasticity index between 8 and 20 42
31 24 00 - 5
EMBANKMENTS
Page 5 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 1
2.4 ACCESSORIES [NOT USED] 2
2.5 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. Protection of In-Place Conditions 8
1. Pavement 9
a. Conduct activities in such a way that does not damage existing pavement that is 10
designated to remain. 11
b. Repair or replace any pavement damaged due to the negligence of the 12
contractor outside the limits designated for pavement removal at no additional 13
cost 14
2. Trees 15
a. When operating outside of existing ROW, stake permanent and temporary 16
construction easements. 17
b. Restrict all construction activities to the designated easements and ROW. 18
c. Flag and protect all trees designated to remain in accordance with Section 31 10 19
00. 20
d. Conduct embankments in a manner such that there is no damage to the tree 21
canopy. 22
e. Prune or trim tree limbs as specifically allowed by the Drawings or as 23
specifically allowed by the City. 24
1) Pruning or trimming may only be accomplished with equipment 25
specifically designed for tree pruning or trimming. 26
3. Above ground Structures 27
a. Protect all above ground structures adjacent to the construction. 28
4. Traffic 29
a. Maintain existing traffic, except as modified by the traffic control plan, and in 30
accordance with Section 34 71 13. 31
b. Do not block access to driveways or alleys for extended periods of time unless: 32
1) Alternative access has been provided 33
2) Proper notification has been provided to the property owner or resident 34
3) It is specifically allowed in the traffic control plan 35
3.4 INSTALLATION 36
A. Embankments General 37
1. Placing and Compacting Embankment Material 38
a. Perform fill operation in an orderly and systematic manner using equipment in 39
proper sequence to meet the compaction requirements 40
31 24 00 - 6
EMBANKMENTS
Page 6 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 1
6 inches, unless otherwise shown on the Drawings 2
c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 3
deleterious materials 4
d. Bench slopes before placing material. 5
e. Begin filling in the lowest section or the toe of the work area 6
f. When fill is placed directly or upon older fill, remove debris and any loose 7
material and proof roll existing surface. 8
g. After spreading the loose lifts to the required thickness and adjusting its 9
moisture content as necessary, simultaneously recompact scarified material 10
with the placed embankment material. 11
h. Roll with sufficient number passes to achieve the minimum required 12
compaction. 13
i. Provide water sprinkled as necessary to achieve required moisture levels for 14
specified compaction 15
j. Do not add additional lifts until the entire previous lift is properly compacted. 16
2. Surface Water Control 17
a. Grade surface horizontally but provide with sufficient longitudinal and 18
transverse slope to allow for runoff of surface water from every point. 19
b. Conduct fills so that no obstruction to drainage from any other sections of fill is 20
created. 21
c. Install temporary dewatering sumps in low areas during filling where excess 22
amounts of runoff collect. 23
d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 24
free from humps and hollows that would prevent proper uniform compaction. 25
e. Do not place fill during or shortly after rain events which prevent proper work 26
placement of the material and compaction 27
f. Prior to resuming compaction operations, remove muddy material off the 28
surface to expose firm and compacted materials 29
B. Embankments for Roads 30
1. Only Acceptable Fill Material will be allowed for roadways 31
2. Embankments for roadbeds shall be constructed in layers approximately parallel to 32
the finished grade of the street 33
3. Construct generally to conform to the cross section of the subgrade section as 34
shown in the Drawings. 35
4. Establish grade and shape to the typical sections shown on the Drawings 36
5. Maintain finished sections of embankment to the grade and compaction 37
requirements until the project is accepted. 38
C. Earth Embankments 39
1. Earth embankment is mainly composed of material other than rock. Construct 40
embankments in successive layers, evenly distributing materials in lengths suited 41
for sprinkling and rolling. 42
2. Rock or Concrete 43
a. Obtain approval from the City prior to incorporating rock and broken concrete 44
produced by the construction project in the lower layers of the embankment. 45
b. No Rock or Concrete will be permitted in embankments in any location where 46
future utilities are anticipated. 47
31 24 00 - 7
EMBANKMENTS
Page 7 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
c. When the size of approved rock or broken concrete exceeds the layer thickness 1
place the rock and concrete outside the limits of the proposed structure or 2
pavement. Cut and remove all exposed reinforcing steel from the broken 3
concrete. 4
3. Move the material dumped in piles or windrows by blading or by similar methods 5
and incorporate it into uniform layers. 6
4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 7
ensure there are no abrupt changes in the material. 8
5. Break down clods or lumps of material and mix embankment until a uniform 9
material is attained. 10
D. Rock Embankments 11
1. Rock embankment is mainly composed of rock. 12
2. Rock Embankments for roadways are only allowed when specifically designated on 13
the Drawings. 14
3. Construct rock embankments in successive layers for the full width of the roadway 15
cross-section with a depth of 18-inches or less. 16
4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 17
case. Fill voids created by the large stone matrix with smaller stones during the 18
placement and filling operations. 19
5. Ensure the depth of the embankment layer is greater than the maximum dimension 20
of any rock. 21
6. Do not place rock greater than 18-inches in its maximum dimension. 22
7. Construct the final layer with graded material so that the density and uniformity is 23
in accordance compaction requirements. 24
8. The upper or final layer of rock embankments shall contain no material larger than 25
4 inches in their maximum dimension. 26
E. Density 27
1. Compact each layer until the maximum dry density as determined by ASTM D698 28
is achieved. 29
a. Not Under Roadway or Structure: 30
1) areas to be compacted in the open, not beneath any structure, pavement, 31
flatwork, or is a minimum of 1foot outside of the edge of any structure, 32
edge of pavement, or back of curb. 33
a) Compact each layer to a minimum of 90 percent Standard Proctor 34
Density. 35
b. Embankments under future paving: 36
1) Compact each layer to a minimum of 95 percent standard proctor density 37
with a moisture content not to exceed +4 percent or -2 percent of optimum 38
moisture or as indicated on the Drawings 39
c. Embankments under structures: 40
1) Compacted each layer as indicated on the Drawings 41
F. Maintenance of Moisture and Reworking 42
1. Maintain the density and moisture content once all requirements are met. 43
2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 44
percentage points below optimum. 45
31 24 00 - 8
EMBANKMENTS
Page 8 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
3. Rework the material to obtain the specified compaction when the material loses the 1
required stability, density, moisture, or finish. 2
4. Alter the compaction methods and procedures on subsequent work to obtain 3
specified density as directed by the City. 4
3.5 REPAIR [NOT USED] 5
3.6 RE-INSTALLATION [NOT USED] 6
3.7 FIELD QUAILITY CONTROL 7
A. Field Tests and Inspections 8
1. Proctors 9
a. The City will perform Perform Proctors in accordance with ASTM D698. 10
b. Test results will generally should be available to within 4 calendar days and 11
distributed to: 12
1) Contractor 13
2) City Project Manager 14
3) City Inspector 15
4) Engineer 16
c. Notify the City if the characteristic of the soil changes. 17
d. City will perform Perform new proctors for varying soils: 18
1) When indicated in the geotechnical investigation in the Appendix 19
2) If notified by the Contractor 20
3) At the convenience of the City 21
e. Embankments where different soil types are present and are blended, the 22
proctors shall be based on the mixture of those soils. 23
2. Proof Rolling 24
a. Embankments under Future Pavement 25
1) City Project Representative must be on-site during proof rolling operations. 26
2) Use equipment that will apply sufficient load to identify soft spots that rut 27
or pump. 28
a) Acceptable equipment includes fully loaded single-axle water truck 29
with a 1500 gallon capacity. 30
3) Make at least 2 passes with the proof roller (down and back = 1 pass). 31
4) Offset each trip by at most 1 tire width. 32
5) If an unstable or non-uniform area is found, correct the area. 33
6) Correct 34
a) Soft spots that rut or pump greater than 3/4 inch. 35
b) Areas that are unstable or non-uniform 36
7) If a non-uniform area is found then correct the area. 37
b. Embankments Not Under Future Paving 38
1) No Proof Rolling is required. 39
3. Density Testing of Embankments 40
a. Density Test shall be in conformance with ASTM D2922. 41
b. For Embankments under future pavement: 42
1) The City will perform Perform density testing twice per working day 43
when compaction operations are being conducted. 44
2) The testing lab shall take a minimum of 3 density tests, but the number of 45
test shall be appropriate for the area being compacted. 46
31 24 00 - 9
EMBANKMENTS
Page 9 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 28, 2013
3) Testing shall be representative of the current lift being compacted. 1
4) Special attention should be placed on edge conditions. 2
c. For Embankments not under future pavement or structures: 3
1) The City will perform Perform density testing once working day when 4
compaction operations are being conducted. 5
2) The testing lab shall take a minimum of 3 density tests. 6
3) Testing shall be representative of the current lift being compacted. 7
d. Make the area where the embankment is being placed available for testing. 8
e. The City will determine the location of the test. 9
f. The City testing lab will provide results to Contractor and the City’s 10
Inspector upon completion of the testing. Provide results to the City upon 11
completion of testing. 12
g. Post a formal report will be posted to the City’s BIM 360 Buzzsaw site within 13
48 hours. 14
h. Test reports shall include: 15
1) Location of test by station number 16
2) Time and date of test 17
3) Depth of testing 18
4) Field moisture 19
5) Dry density 20
6) Proctor identifier 21
7) Percent Proctor Density 22
B. Non-Conforming Work 23
1. All non-conforming work shall be removed and replaced. 24
3.8 SYSTEM STARTUP [NOT USED] 25
3.9 ADJUSTING [NOT USED] 26
3.10 CLEANING [NOT USED] 27
3.11 CLOSEOUT ACTIVITIES [NOT USED] 28
3.12 PROTECTION [NOT USED] 29
3.13 MAINTENANCE [NOT USED] 30
3.14 ATTACHMENTS [NOT USED] 31
END OF SECTION 32
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
1.2 – Added possible measurement and payment procedures and Blue
text for instructions on how the methods should be applied
2.2.2.a added GW and SW material classifications
1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate
between Payment Methods on bid list.
33
31 25 00 - 1
EROSION AND SEDIMENT CONTROL
Page 1 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
SECTION 31 25 00 1
EROSION AND SEDIMENT CONTROL 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Implementation of the project’s Storm Water Pollution Prevention Plan (SWPPP) 6
and installation, maintenance and removal of erosion and sediment control devices, 7
and establishment of final stabilization. 8
B. Deviations from this City of Fort Worth Standard Specification 9
1. Modified 1.2.A.1.b.1 10
2. Added 1.2.A.1.b.2 11
3. Modified 1.2.A.2.b.1 12
4. Added 1.2.A.2.b.2 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15
2. Division 1 – General Requirements 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Storm Water Pollution Prevention Plan <1 acre 19
a. Measurement 20
1) This Item is considered subsidiary to the various Items bid. 21
b. Payment 22
1) Unit Price - The work performed and the materials furnished in accordance 23
with this Item are subsidiary to the structure or Items being bid and no 24
other compensation will be allowed. 25
2) Lump Sum Price - The work performed and the materials furnished in 26
accordance with this Item are included in the total lump sum price 27
2. Storm Water Pollution Prevention Plan ≥ 1 acre 28
a. Measurement for this Item shall be by lump sum. 29
b. Payment 30
1) Unit Price - The work performed and the materials furnished in accordance 31
with this Item shall be paid for at the lump sum price bid for “SWPPP ≥ 1 32
acre”. 33
2) Lump Sum Price - The work performed and the materials furnished in 34
accordance with this Item shall be included in the total lump sum 35
price. 36
c. The price bid shall include: 37
1) Preparation of SWPPP 38
2) Implementation 39
3) Permitting fees 40
4) Installation 41
31 25 00 - 2
EROSION AND SEDIMENT CONTROL
Page 2 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
5) Maintenance 1
6) Removal 2
7) Obtaining and/or complying with grading and/or fill permits, if required 3
8) Final stabilization 4
1.3 REFERENCES 5
A. Reference Standards 6
1. Reference standards cited in this Specification refer to the current reference 7
standard published at the time of the latest revision date logged at the end of this 8
Specification, unless a date is specifically cited. 9
2. ASTM Standard: 10
a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 11
Fabrics—Diaphragm Bursting Strength Tester Method 12
b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 13
of Geotextiles 14
c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 15
of a Geotextile 16
d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 17
Geomembranes and Related Products 18
3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 19
TXR150000 20
4. TxDOT Departmental Material Specifications (DMS) 21
a. DMS-6230 “Temporary Sediment Control Fence Fabric” 22
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23
1.5 SUBMITTALS 24
A. Storm Water Pollution Prevention Plan (SWPPP) 25
B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 26
Construction Activity under the TPDES General Permit 27
C. Construction Site Notice 28
D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 29
Construction Activity under the TPDES General Permit 30
E. Notice of Change (if applicable) 31
F. Grading and/or fill permit, if required 32
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33
1.7 CLOSEOUT SUBMITTALS [NOT USED] 34
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35
1.9 QUALITY ASSURANCE [NOT USED] 36
1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 37
1.11 FIELD [SITE] CONDITIONS [NOT USED] 38
1.12 WARRANTY [NOT USED] 39
31 25 00 - 3
EROSION AND SEDIMENT CONTROL
Page 3 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
PART 2 - PRODUCTS 1
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2
2.2 PRODUCT TYPES AND MATERIALS 3
A. Rock Filter Dams 4
1. Aggregate 5
a. Furnish aggregate with hardness, durability, cleanliness and resistance to 6
crumbling, flaking and eroding acceptable to the Engineer. 7
b. Provide the following: 8
1) Types 1, 2 and 4 Rock Filter Dams 9
a) Use 3 to 6 inch aggregate. 10
2) Type 3 Rock Filter Dams 11
a) Use 4 to 8 inch aggregate. 12
2. Wire 13
a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 14
wires for Types 2 and 3 rock filter dams 15
b. Type 4 dams require: 16
1) Double-twisted, hexagonal weave with a nominal mesh opening of 2½ 17
inches x 3 ¼ inches 18
2) Minimum 0.0866 inch steel wire for netting 19
3) Minimum 0.1063 inch steel wire for selvages and corners 20
4) Minimum 0.0866 inch for binding or tie wire 21
B. Geotextile Fabric 22
1. Place the aggregate over geotextile fabric meeting the following criteria: 23
a. Tensile Strength of 250 pounds, per ASTM D4632 24
b. Puncture Strength of 135 pounds, per ASTM D4833 25
c. Mullen Burst Rate of 420 psi, per ASTM D3786 26
d. Apparent Opening Size of No. 20 (max), per ASTM D4751 27
C. Stabilized Construction Entrances 28
1. Provide materials that meet the details shown on the Drawings and this Section. 29
a. Provide crushed aggregate for long and short-term construction exits. 30
b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 31
such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 32
and injurious matter. 33
c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 34
d. The aggregate shall be placed over a geotextile fabric meeting the following 35
criteria: 36
1) Tensile Strength of 300 pounds, per ASTM D4632 37
2) Puncture Strength of 120 pounds, per ASTM D4833 38
3) Mullen Burst Rate of 600 psi, per ASTM D3786 39
4) Apparent Opening Size of No. 40 (max), per ASTM D4751 40
D. Embankment for Erosion Control 41
1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 42
embankment to meet the intended use. 43
E. Sandbags 44
31 25 00 - 4
EROSION AND SEDIMENT CONTROL
Page 4 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 1
fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst-2
strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 3
2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 4
1 to fill sandbags. 5
3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 6
inches thick. 7
Table 1 8
Sand Gradation 9
Sieve # Maximum Retained (% by Weight)
4 3 percent
100 80 percent
200 95 percent
F. Temporary Sediment Control Fence 10
1. Provide a net-reinforced fence using woven geo-textile fabric. 11
2. Logos visible to the traveling public will not be allowed. 12
a. Fabric 13
1) Provide fabric materials in accordance with DMS-6230, “Temporary 14
Sediment Control Fence Fabric.” 15
b. Posts 16
1) Provide essentially straight wood or steel posts with a minimum length of 17
48 inches, unless otherwise shown on the Drawings. 18
2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 19
3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 20
4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 21
foot. 22
c. Net Reinforcement 23
1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 24
mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 25
unless otherwise shown on the Drawings. 26
d. Staples 27
1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 28
2.3 ACCESSORIES [NOT USED] 29
2.4 SOURCE QUALITY CONTROL [NOT USED] 30
PART 3 - EXECUTION 31
3.1 INSTALLERS [NOT USED] 32
3.2 EXAMINATION [NOT USED] 33
3.3 PREPARATION [NOT USED] 34
3.4 INSTALLATION 35
A. Storm Water Pollution Prevention Plan 36
31 25 00 - 5
EROSION AND SEDIMENT CONTROL
Page 5 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
1. Develop and implement the project’s Storm Water Pollution Prevention Plan 1
(SWPPP) in accordance with the TPDES Construction General Permit TXR150000 2
requirements. Prevent water pollution from storm water runoff by using and 3
maintaining appropriate structural and nonstructural BMPs to reduce pollutants 4
discharges to the MS4 from the construction site. 5
B. Control Measures 6
1. Implement control measures in the area to be disturbed before beginning 7
construction, or as directed. Limit the disturbance to the area shown on the 8
Drawings or as directed. 9
2. Control site waste such as discarded building materials, concrete truck washout 10
water, chemicals, litter and sanitary waste at the construction site. 11
3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 12
sedimentation resulting from construction operations, the Engineer will limit the 13
disturbed area to that which the Contractor is able to control. Minimize disturbance 14
to vegetation. 15
4. Immediately correct ineffective control measures. Implement additional controls as 16
directed. Remove excavated material within the time requirements specified in the 17
applicable storm water permit. 18
5. Upon acceptance of vegetative cover by the City, remove and dispose of all 19
temporary control measures, temporary embankments, bridges, matting, falsework, 20
piling, debris, or other obstructions placed during construction that are not a part of 21
the finished work, or as directed. 22
C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 23
streambed. 24
D. Do not install temporary construction crossings in or across any water body without the 25
prior approval of the appropriate resource agency and the Engineer. 26
E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 27
approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 28
provide shelter for stored chemicals. 29
F. Installation and Maintenance 30
1. Perform work in accordance with the TPDES Construction General Permit 31
TXR150000. 32
2. When approved, sediments may be disposed of within embankments, or in areas 33
where the material will not contribute to further siltation. 34
3. Dispose of removed material in accordance with federal, state, and local 35
regulations. 36
4. Remove devices upon approval or when directed. 37
a. Upon removal, finish-grade and dress the area. 38
b. Stabilize disturbed areas in accordance with the permit, and as shown on the 39
Drawings or directed. 40
5. The Contractor retains ownership of stockpiled material and must remove it from 41
the project when new installations or replacements are no longer required. 42
G. Rock Filter Dams for Erosion Control 43
31 25 00 - 6
EROSION AND SEDIMENT CONTROL
Page 6 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
1. Remove trees, brush, stumps and other objectionable material that may interfere 1
with the construction of rock filter dams. 2
2. Place sandbags as a foundation when required or at the Contractor’s option. 3
3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 4
specified, without undue voids. 5
4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 6
upstream side over the aggregate and secure it to itself on the downstream side with 7
wire ties, or hog rings, or as directed. 8
5. Place rock filter dams perpendicular to the flow of the stream or channel unless 9
otherwise directed. 10
6. Construct filter dams according to the following criteria, unless otherwise shown on 11
the Drawings: 12
a. Type 1 (Non-reinforced) 13
1) Height - At least 18 inches measured vertically from existing ground to top 14
of filter dam 15
2) Top Width - At least 2 feet 16
3) Slopes - At most 2:1 17
b. Type 2 (Reinforced) 18
1) Height - At least 18 inches measured vertically from existing ground to top 19
of filter dam 20
2) Top Width - At least 2 feet 21
3) Slopes - At most 2:1 22
c. Type 3 (Reinforced) 23
1) Height - At least 36 inches measured vertically from existing ground to top 24
of filter dam 25
2) Top Width - At least 2 feet 26
3) Slopes - At most 2:1 27
d. Type 4 (Sack Gabions) 28
1) Unfold sack gabions and smooth out kinks and bends. 29
2) For vertical filling, connect the sides by lacing in a single loop–double loop 30
pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 31
tight, wrap around the end, and twist 4 times. At the filling end, fill with 32
stone, pull the rod tight, cut the wire with approximately 6 inches 33
remaining, and twist wires 4 times. 34
3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 35
connect sides and secure ends as described above. 36
4) Lift and place without damaging the gabion. 37
5) Shape sack gabions to existing contours. 38
e. Type 5 39
1) Provide rock filter dams as shown on the Drawings. 40
H. Construction Entrances 41
1. When tracking conditions exist, prevent traffic from crossing or exiting the 42
construction site or moving directly onto a public roadway, alley, sidewalk, parking 43
area, or other right of way areas other than at the location of construction entrances. 44
2. Place the exit over a foundation course, if necessary. 45
a. Grade the foundation course or compacted subgrade to direct runoff from the 46
construction exits to a sediment trap as shown on the Drawings or as directed. 47
31 25 00 - 7
EROSION AND SEDIMENT CONTROL
Page 7 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
3. At drive approaches, make sure the construction entrance is the full width of the 1
drive and meets the length shown on the Drawings. 2
a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 3
other points of ingress or egress or as directed by the Engineer. 4
I. Earthwork for Erosion Control 5
1. Perform excavation and embankment operations to minimize erosion and to remove 6
collected sediments from other erosion control devices. 7
a. Excavation and Embankment for Erosion Control Measures 8
1) Place earth dikes, swales or combinations of both along the low crown of 9
daily lift placement, or as directed, to prevent runoff spillover. 10
2) Place swales and dikes at other locations as shown on the Drawings or as 11
directed to prevent runoff spillover or to divert runoff. 12
3) Construct cuts with the low end blocked with undisturbed earth to prevent 13
erosion of hillsides. 14
4) Construct sediment traps at drainage structures in conjunction with other 15
erosion control measures as shown on the Drawings or as directed. 16
5) Where required, create a sediment basin providing 3,600 cubic feet of 17
storage per acre drained, or equivalent control measures for drainage 18
locations that serve an area with 10 or more disturbed acres at 1 time, not 19
including offsite areas. 20
b. Excavation of Sediment and Debris 21
1) Remove sediment and debris when accumulation affects the performance of 22
the devices, after a rain, and when directed. 23
2) Remove sediment from sediment traps and sedimentation ponds no later 24
than the time that design capacity has been reduced by 50%. 25
J. Sandbags for Erosion Control 26
1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 27
runoff from disturbed areas, create a retention pond, detain sediment and release 28
water in sheet flow. 29
2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 30
allow for proper tying of the open end. 31
3. Place the sandbags with their tied ends in the same direction. 32
4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 33
5. Place a single layer of sandbags downstream as a secondary debris trap. 34
6. Place additional sandbags as necessary or as directed for supplementary support to 35
berms or dams of sandbags or earth. 36
K. Temporary Sediment-Control Fence 37
1. Provide temporary sediment-control fence near the downstream perimeter of a 38
disturbed area to intercept sediment from sheet flow. 39
2. Incorporate the fence into erosion-control measures used to control sediment in 40
areas of higher flow. Install the fence as shown on the Drawings, as specified in this 41
Section, or as directed. 42
a. Post Installation 43
1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 44
spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 45
b. Fabric Anchoring 46
31 25 00 - 8
EROSION AND SEDIMENT CONTROL
Page 8 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 1
fabric. 2
2) Provide a minimum trench cross-section of 6 x 6 inches 3
3) Place the fabric against the side of the trench and align approximately 2 4
inches of fabric along the bottom in the upstream direction. 5
4) Backfill the trench, then hand-tamp. 6
c. Fabric and Net Reinforcement Attachment 7
1) Unless otherwise shown under the Drawings, attach the reinforcement to 8
wooden posts with staples, or to steel posts with T-clips, in at least 4 places 9
equally spaced. 10
2) Sewn vertical pockets may be used to attach reinforcement to end posts. 11
3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 12
every 15 inches or less. 13
d. Fabric and Net Splices 14
1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 15
least 6 places equally spaced, unless otherwise shown under the Drawings. 16
a) Do not locate splices in concentrated flow areas. 17
2) Requirements for installation of used temporary sediment-control fence 18
include the following: 19
a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 20
b) Fabric without excessive patching (more than 1 patch every 15 to 20 21
feet) 22
c) Posts without bends 23
d) Backing without holes 24
3.5 REPAIR/RESTORATION [NOT USED] 25
3.6 RE-INSTALLATION [NOT USED] 26
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27
3.8 SYSTEM STARTUP [NOT USED] 28
3.9 ADJUSTING [NOT USED] 29
3.10 CLEANING 30
A. Waste Management 31
1. Remove sediment, debris and litter as needed. 32
3.11 CLOSEOUT ACTIVITIES 33
A. Erosion control measures remain in place and are maintained until all soil disturbing 34
activities at the project site have been completed. 35
B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 36
on areas not covered by permanent structures, or in areas where permanent erosion 37
control measures (i.e. riprap, gabions, or geotextiles) have been employed. 38
C. Once vegetative cover is achieved, the contractor shall remove all temporary control 39
measures, before final project acceptance. It is the contractor’s responsibility to remove 40
all temporary control measures, unless transfer of maintenance and subsequent removal 41
is transferred to another entity in writing. 42
31 25 00 - 9
EROSION AND SEDIMENT CONTROL
Page 9 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
D. Upon achievement of final stabilization, submit NOT to TCEQ, and provide a copy of 1
the NOT to the City of Fort Worth’'s Environmental Quality Division, if required. 2
E. Complete and submit a Final Grading Certificate to Development Services, if required. 3
3.12 PROTECTION [NOT USED] 4
3.13 MAINTENANCE 5
A. Install and maintain the integrity of temporary erosion and sedimentation control 6
devices to accumulate silt and debris until earthwork construction and permanent 7
erosion control features are in place or the disturbed area has been adequately stabilized 8
as determined by the Engineer. 9
B. If a device ceases to function as intended, repair or replace the device or portions 10
thereof as necessary. 11
C. Perform inspections of the construction site as prescribed in the Construction General 12
Permit TXR150000. 13
D. Records of inspections and modifications based on the results of inspections must be 14
maintained and available in accordance with the permit. 15
3.14 ATTACHMENTS [NOT USED] 16
END OF SECTION 17
18
Revision Log
DATE NAME SUMMARY OF CHANGE
April 29, 2021 M. Owen
1.1 A. 1. Revised language re: what section includes, 1.2 A. 2. c. Clarified items
included in price, 1.5 Added items to list of submittals, 2.2 Revised language under
product types/materials, 3.4 Revised language under “Installation”, and 3.11 C.
Added language to clarify responsibility to remove temporary protection device and
emphasize clearing of ROW
19
32 11 23 - 1
FLEXIBLE BASE COURSES
Page 1 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
SECTION 32 11 23 1
FLEXIBLE BASE COURSES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Foundation course for surface course or for other base course composed of flexible 6
base constructed in one or more courses in conformity with the typical section. 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. Modified 1.2.A.2.a 9
2. Added 1.2.A.2.b 10
3. Modified 3.7.A 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
1.2 PRICE AND PAYMENT PROCEDURES 16
A. Measurement and Payment 17
1. Measurement 18
a. Measurement for this Item will be by the square yard of Flexible Base Course 19
for various: 20
1) Depths 21
2) Types 22
3) Gradations 23
2. Payment 24
a. Unit Price - The work performed and materials furnished in accordance with 25
this Item and measured as provided under “Measurement” will be paid for at 26
the unit price bid per square yard of Flexible Base Course. 27
b. Lump Sum Price - The work performed and materials furnished in 28
accordance with this Item and measured as provided under 29
“Measurement” will be included in the total lump sum price. 30
3. The price bid shall include: 31
a. Preparation and correction of subgrade 32
b. Furnishing of material 33
c. Hauling 34
d. Blading 35
e. Sprinkling 36
f. Compacting 37
1.3 REFERENCES 38
A. Definitions 39
1. RAP – Recycled Asphalt Pavement. 40
B. Reference Standards 41
32 11 23 - 2
FLEXIBLE BASE COURSES
Page 2 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1. Reference standards cited in this specification refer to the current reference standard 1
published at the time of the latest revision date logged at the end of this 2
specification, unless a date is specifically cited. 3
2. ASTM International (ASTM): 4
a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 5
Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 6
3. Texas Department of Transportation (TXDOT): 7
a. Tex-104-E, Determining Liquid Limits of Soils 8
b. Tex-106-E, Calculating the Plasticity Index of Soils 9
c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils 10
d. Tex-110-E, Particle Size Analysis of Soils 11
e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible 12
Base Material 13
f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials 14
g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 15
Sulfate 16
h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 17
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18
1.5 ACTION 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 [SITE] CONDITIONS [NOT USED] 25
1.12 WARRANTY [NOT USED] 26
PART 2 - PRODUCTS [NOT USED] 27
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 28
2.2 MATERIALS 29
A. General 30
1. Furnish uncontaminated materials of uniform quality that meet the requirements of 31
the Drawings and specifications. 32
2. Obtain materials from approved sources. 33
3. Notify City of changes to material sources. 34
4. The City may sample and test project materials at any time before compaction 35
throughout the duration of the project to assure specification compliance. 36
B. Aggregate 37
1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 38
the requirements of Table 1. 39
32 11 23 - 3
FLEXIBLE BASE COURSES
Page 3 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and 1
wet ball mill for the grade specified. 2
3. Do not use additives such as but not limited to lime, cement, or fly ash to modify 3
aggregates to meet the requirements of Table 1, unless shown on the Drawings. 4
5
Table 1 6
Material Requirements 7
Property Test Method Grade 1 Grade 2
Master gradation sieve
size (% retained)
Tex-110-E
2-1/2 in. – 0
1-3/4 in. 0 0–10
7/8 in. 10–35 –
3/8 in. 30–50 –
No. 4 45–65 45–75
No. 40 70–85 60–85
Liquid limit, % max.1 Tex-104-E 35 40
PlastiCity index, max.1 Tex-106-E 10 12
Wet ball mill, % max.2
Tex-116-E
40 45
Wet ball mill, % max.
increase passing the
No. 40 sieve
20 20
Classification3
Tex-117-E
1.0 1.1–2.3
Min. compressive
strength3, psi
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.
8
4. Material Tolerances 9
a. The City may accept material if no more than 1 of the 5 most recent gradation 10
tests has an individual sieve outside the specified limits of the gradation. 11
b. When target grading is required by the Drawings, no single failing test may 12
exceed the master grading by more than 5 percentage points on sieves No. 4 13
and larger or 3 percentage points on sieves smaller than No. 4. 14
c. The City may accept material if no more than 1 of the 5 most recent plasticity 15
index tests is outside the specified limit. No single failing test may exceed the 16
allowable limit by more than 2 points. 17
5. Material Types 18
a. Do not use fillers or binders unless approved. 19
b. Furnish the type specified on the Drawings in accordance with the following: 20
1) Type A 21
a) Crushed stone produced and graded from oversize quarried aggregate 22
that originates from a single, naturally occurring source. 23
b) Do not use gravel or multiple sources. 24
2) Type B 25
a) Only for use as base material for temporary pavement repairs. 26
b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 27
3) Type D 28
32 11 23 - 4
FLEXIBLE BASE COURSES
Page 4 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
a) Type A material or crushed concrete. 1
b) Crushed concrete containing gravel will be considered Type D 2
material. 3
c) The City may require separate dedicated stockpiles in order to verify 4
compliance. 5
d) Crushed concrete must meet the following requirements: 6
(1) Table 1 for the grade specified. 7
(2) Recycled materials must be free from reinforcing steel and other 8
objectionable material and have at most 1.5 percent deleterious 9
material when tested in accordance with TEX-413-A. 10
C. Water 11
1. Furnish water free of industrial wastes and other objectionable matter. 12
2.3 ACCESSORIES [NOT USED] 13
2.4 SOURCE QUALITY CONTROL [NOT USED] 14
PART 3 - EXECUTION 15
3.1 INSTALLERS [NOT USED] 16
3.2 EXAMINATION [NOT USED] 17
3.3 PREPARATION 18
A. General 19
1. Shape the subgrade or existing base to conform to the typical sections shown on the 20
Drawings or as directed. 21
2. When new base is required to be mixed with existing base: 22
a. Deliver, place, and spread the new flexible base in the required amount. 23
b. Manipulate and thoroughly mix the new base with existing material to provide 24
a uniform mixture to the specified depth before shaping. 25
B. Subgrade Compaction 26
1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 27
following: 28
a. Proof Rolling 29
1) City Project Representative must be on-site during proof rolling operations. 30
2) Use equipment that will apply sufficient load to identify soft spots that rut 31
or pump. 32
a) Acceptable equipment includes fully loaded single-axle water truck 33
with a 1500 gallon capacity. 34
3) Make at least 2 passes with the proof roller (down and back = 1 pass). 35
4) Offset each trip by at most 1 tire width. 36
5) If an unstable or non-uniform area is found, correct the area. 37
b. Correct 38
1) Soft spots that rut or pump greater than 3/4 inch 39
2) Areas that are unstable or non-uniform 40
2. Installation of base material cannot proceed until compacted subgrade approved by 41
the City. 42
32 11 23 - 5
FLEXIBLE BASE COURSES
Page 5 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
3.4 INSTALLATION 1
A. General 2
1. Construct each layer uniformly, free of loose or segregated areas, and with the 3
required density and moisture content. 4
2. Provide a smooth surface that conforms to the typical sections, lines, and grades 5
shown on the Drawings or as directed. 6
3. Haul approved flexible base in clean, covered trucks. 7
B. Equipment 8
1. General 9
a. Provide machinery, tools, and equipment necessary for proper execution of the 10
work. 11
2. Rollers 12
a. The Contractor may use any type of roller to meet the production rates and 13
quality requirements of the Contract unless otherwise shown on the Drawings 14
or directed. 15
b. When specific types of equipment are required, use equipment that meets the 16
specified requirements. 17
c. Alternate Equipment. 18
1) Instead of the specified equipment, the Contractor may, as approved, 19
operate other compaction equipment that produces equivalent results. 20
2) Discontinue the use of the alternate equipment and furnish the specified 21
equipment if the desired results are not achieved. 22
d. City may require Contractor to substitute equipment if production rate and 23
quality requirements of the Contract are not met. 24
C. Placing 25
1. Spread and shape flexible base into a uniform layer by approved means the same 26
day as delivered unless otherwise approved. 27
2. Place material such that it is mixed to minimize segregation. 28
3. Construct layers to the thickness shown on the Drawings, while maintaining the 29
shape of the course. 30
4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more 31
courses of equal thickness. 32
5. Minimum lift depth: 3 inches 33
6. Control dust by sprinkling. 34
7. Correct or replace segregated areas as directed. 35
8. Place successive base courses and finish courses using the same construction 36
methods required for the first course. 37
D. Compaction 38
1. General 39
a. Compact using density control unless otherwise shown on the Drawings. 40
b. Multiple lifts are permitted when shown on the Drawings or approved. 41
c. Bring each layer to the moisture content directed. When necessary, sprinkle the 42
material to the extent necessary to provide not less than the required density. 43
d. Compact the full depth of the subbase or base to the extent necessary to remain 44
firm and stable under construction equipment. 45
32 11 23 - 6
FLEXIBLE BASE COURSES
Page 6 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
2. Rolling 1
a. Begin rolling longitudinally at the sides and proceed towards the center, 2
overlapping on successive trips by at least 1/2 the width of the roller unit. 3
b. On superelevated curves, begin rolling at the low side and progress toward the 4
high side. 5
c. Offset alternate trips of the roller. 6
d. Operate rollers at a speed between 2 and 6 mph as directed. 7
e. Rework, recompact, and refinish material that fails to meet or that loses 8
required moisture, density, stability, or finish before the next course is placed or 9
the project is accepted. 10
f. Continue work until specification requirements are met. 11
g. Proof roll the compacted flexible base in accordance with the following: 12
1) Proof Rolling 13
a) City Project Representative must be on-site during proof rolling 14
operations. 15
b) Use equipment that will apply sufficient load to identify soft spots that 16
rut or pump. 17
(1) Acceptable equipment includes fully loaded single-axle water truck 18
with a 1500 gallon capacity. 19
c) Make at least 2 passes with the proof roller (down and back = 1 pass). 20
d) Offset each trip by at most 1 tire width. 21
e) If an unstable or non-uniform area is found, correct the area. 22
2) Correct 23
a) Soft spots that rut or pump greater than 3/4 inch. 24
b) Areas that are unstable or non-uniform. 25
3. Tolerances 26
a. Maintain the shape of the course by blading. 27
b. Completed surface shall be smooth and in conformity with the typical sections 28
shown on the Drawings to the established lines and grades. 29
c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 30
inch in cross section in length greater than 16 feet measured longitudinally by 31
loosening, adding or removing material. Reshape and recompact by sprinkling 32
and rolling. 33
d. Correct all fractures, settlement or segregation immediately by scarifying the 34
areas affected, adding suitable material as required. Reshape and recompact by 35
sprinkling and rolling. 36
e. Should the subbase or base course, due to any reason, lose the required 37
stability, density and finish before the surfacing is complete, it shall be 38
recompacted at the sole expense of the Contractor. 39
4. Density Control 40
a. Minimum Density: 95 percent compaction as determined by ASTM D698. 41
b. Moisture content: minus 2 to plus 4 of optimum. 42
E. Finishing 43
1. After completing compaction, clip, skin, or tight-blade the surface with a 44
maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 45
2. Remove loosened material and dispose of it at an approved location. 46
3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 47
tire roller until a smooth surface is attained. 48
32 11 23 - 7
FLEXIBLE BASE COURSES
Page 7 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
4. Add small increments of water as needed during rolling. 1
5. Shape and maintain the course and surface in conformity with the typical sections, 2
lines, and grades as shown on the Drawings or as directed. 3
6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 4
inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 5
width of the cross-section. 6
7. Correct by loosening, adding, or removing material. 7
8. Reshape and recompact in accordance with 3.4.C. 8
3.5 REPAIR/RESTORATION [NOT USED] 9
3.6 RE-INSTALLATION [NOT USED] 10
3.7 QUALITY CONTROL 11
A. Density Test 12
1. City to measure Measure density of flexible base course. 13
a. Notify City Project Representative when flexible base ready for density testing. 14
b. Spacing directed by City (1 per block minimum). 15
c. City Project Representative determines location of density testing. 16
3.8 SYSTEM STARTUP [NOT USED] 17
3.9 ADJUSTING [NOT USED] 18
3.10 CLEANING [NOT USED] 19
3.11 CLOSEOUT ACTIVITIES [NOT USED] 20
3.12 PROTECTION [NOT USED] 21
3.13 MAINTENANCE [NOT USED] 22
3.14 ATTACHMENTS [NOT USED] 23
END OF SECTION 24
25
Revision Log
DATE NAME SUMMARY OF CHANGE
26
32 11 29 - 1
LIME TREATED BASE COURSES
Page 1 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
SECTION 32 11 29 1
LIME TREATED BASE COURSES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, 6
mixing and compacting the mix material to the required density. 7
2. Item applies to the natural ground, embankment, existing pavement; base or 8
subbase courses placed and shall conform to the typical section, lines and grades 9
shown on the Drawings. 10
B. Deviations from this City of Fort Worth Standard Specification 11
1. Modified 1.2.A.1.b.1) 12
2. Added 1.2.A.1.b.2) 13
3. Modified 1.2.A.2.b.1) 14
4. Added 1.2.A.2.b.2) 15
5. Modified 1.2.A.3.b.1) 16
6. Added 1.2.A.3.b.2) 17
7. Modified 1.2.A.4.b.1) 18
8. Added 1.2.A.4.b.2) 19
C. Related Specification Sections include, but are not necessarily limited to: 20
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 21
2. Division 1 - General Requirements 22
3. Section 31 23 23 - Borrow 23
4. Section 32 11 23 - Flexible Base Courses 24
1.2 PRICE AND PAYMENT PROCEDURES 25
A. Measurement and Payment 26
1. Hydrated Lime 27
a. Measurement 28
1) Measurement for this Item shall be by the ton (dry weight) of Hydrated 29
Lime used to prepare slurry at the job site. 30
b. Payment 31
1) Unit Price – The work performed and materials furnished in accordance 32
with this Item and measured as provided under “Measurement” will be paid 33
for at the unit price bid per ton of Hydrated Lime. 34
2) Lump Sum Price - The work performed and materials furnished in 35
accordance with this Item and measured as provided under 36
“Measurement” will be included in the total lump sum price. 37
c. The price bid shall include: 38
1) Furnishing the material 39
2) All freight involved 40
3) All unloading, storing, and handling 41
32 11 29 - 2
LIME TREATED BASE COURSES
Page 2 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
2. Commercial Lime Slurry 1
a. Measurement 2
1) Measurement for this Item shall be by the ton (dry weight) as calculated 3
from the minimum percent dry solids content of the slurry multiplied by the 4
weight of the slurry in tons delivered. 5
b. Payment 6
1) Unit Price – The work performed and materials furnished in accordance 7
with this Item and measured as provided under “Measurement” will be paid 8
for at the unit price bid per ton of Commercial Lime Slurry. 9
2) Lump Sum Price - The work performed and materials furnished in 10
accordance with this Item and measured as provided under 11
“Measurement” will be included in the total lump sum price. 12
c. The price bid shall include: 13
1) Furnishing the material 14
2) All freight involved 15
3) All unloading, storing, and handling 16
3. Quicklime 17
a. Measurement 18
1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. 19
Measurement for Quicklime in slurry form shall be measured by the ton 20
(dry weight) of the Quicklime used to prepare the slurry. 21
b. Payment 22
1) Unit Price – The work performed and materials furnished in accordance 23
with this Item and measured as provided under “Measurement” will be paid 24
for at the unit price bid per ton of Quicklime. 25
2) Lump Sum Price - The work performed and materials furnished in 26
accordance with this Item and measured as provided under 27
“Measurement” will be included in the total lump sum price. 28
c. The price bid shall include: 29
1) Furnishing the material 30
2) All freight involved 31
3) All unloading, storing, and handling 32
4. Lime Treatment 33
a. Measurement 34
1) Measurement for this Item shall be by the square yard of surface area as 35
established by the widths shown on the Drawings and the lengths measured 36
at placement. 37
b. Payment 38
1) Unit Price – The work performed and materials furnished in accordance 39
with this Item and measured as provided under “Measurement” will be paid 40
for at the unit price bid per square yard of Lime Treatment applied for: 41
a) Various depths 42
2) Lump Sum Price - The work performed and materials furnished in 43
accordance with this Item and measured as provided under 44
“Measurement” will be included in the total lump sum price. 45
c. The price bid shall include: 46
1) Preparing the roadbed 47
2) Loosening, pulverizing application of lime, water content in the slurry 48
mixture and the mixing water 49
32 11 29 - 3
LIME TREATED BASE COURSES
Page 3 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 1
4) Performing all manipulations required 2
1.3 REFERENCES 3
A. Definitions 4
1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 5
2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water 6
delivered to a project in slurry form. 7
3. Quicklime: dry material consisting of calcium oxide furnished in either of two 8
grades: 9
a. Grade DS – grade of “pebble” quicklime suitable for use in the preparation of 10
slurry for wet placing. 11
b. Grade S – finely graded quicklime for use only in the preparation of slurry for 12
wet placing. 13
B. Reference Standards 14
1. Reference standards cited in this specification refer to the current reference standard 15
published at the time of the latest revision date logged at the end of this 16
specification, unless a date is specifically cited. 17
2. ASTM International (ASTM): 18
a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 19
Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 20
b. D6938, Standard Test Method for In-Place Density and Water Content of Soil 21
and Soil-Aggregate by Nuclear Methods (Shallow Depth) 22
3. Texas Department of Transportation (TXDOT): 23
a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing 24
b. Tex-140-E, Measuring Thickness of Pavement Layer 25
c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and 26
Commercial Lime Slurry 27
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28
1.5 ACTION SUBMITTALS [NOT USED] 29
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30
1.7 CLOSEOUT SUBMITTALS [NOT USED] 31
1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 32
1.9 QUALITY ASSURANCE [NOT USED] 33
1.10 DELIVERY AND STORAGE 34
A. Truck Delivered Lime 35
1. Each truck ticket shall bear the weight of lime measured on certified scales. 36
2. Submit delivery tickets, certified by supplier, that include weight with each bulk 37
delivery of lime to the site. 38
1.11 SITE CONDITIONS 39
A. Start lime application only when the air temperature is at least 35°F and rising or is at 40
least 40°F. Measure temperature in the shade and away from artificial heat. 41
32 11 29 - 4
LIME TREATED BASE COURSES
Page 4 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
B. Suspend application when the City determines that weather conditions are unsuitable. 1
1.12 WARRANTY [NOT USED] 2
PART 2 - PRODUCTS 3
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4
2.2 MATERIALS 5
A. General 6
1. Furnish uncontaminated materials of uniform quality that meet the requirements of 7
the Drawings and specifications. 8
2. Notify the City of the proposed material sources and of changes to material sources. 9
3. Obtain verification from the City that the specification requirements are met before 10
using the sources. 11
4. The City may sample and test project materials at any time before compaction. 12
B. Lime 13
1. Hydrated Lime 14
a. pumpable suspension of solids in water 15
b. solids portion of the mixture when considered as a basis of “solids content,” 16
shall consist of principally hydrated lime of a quality and fineness sufficient to 17
meet the chemical and physical requirements. 18
2. Dry Lime: Do not use unless approved by City. 19
3. Quicklime 20
a. Use quicklime only when specified by the City. 21
b. dry material consisting of essentially calcium oxide. 22
c. Furnished in either of two grades: 23
1) Grade DS 24
2) Grade S 25
4. Furnish lime that meets the following requirements 26
a. Chemical Requirements 27
Table 2 28
Lime Chemical Requirements 29
Hydrated
Lime
Commercial Lime
Slurry
Quicklime
Total “active” lime
content, percent by
weight
90.0 Min 87.0 Min
Unhydrated lime
content, percent by
weight CaO
5.0 Max 87.0 Min
“Free Water”
content, percent by
weight water
5.0 Max
b. Physical Requirements 30
32 11 29 - 5
LIME TREATED BASE COURSES
Page 5 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
Table 3 1
Lime Physical Requirements 2
Hydrated
Lime
Commercial Lime
Slurry
Quicklime
Wet Sieve Requirement, As
percentage by Weight
Residue:
Retained on No. 6 sieve 0.2 Max 0.2 Max 8.0 Max1
Retained on No. 30 sieve 4.0 Max 4.0 Max
Dry Sieve Requirement, As
percentage by Weight
Residue:
Retained on a 1-in sieve 0.0
Retained on a 3/4 –in sieve 10.0 Max
Retained on a No. 100
sieve
Grade Ds – 80 Min
Grade S – no limits
Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max1
1 The amount total ”active” lime content, as CaO, in the material retained on the No. 6 sieve must not
exceed 2.0% by weight of the original quicklime.
3
c. Slurry Grades 4
Table 4 5
Lime Slurry Grades 6
Minimum Dry Solids Contents
by Percentage of the Slurry
Grade 1 31
Grade 2 35
Grade 3 46
7
C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 8
11 23, for the type and grade shown on the Drawings, before the addition of lime. 9
D. Water: Furnish water free of industrial wastes and other objectionable material. 10
E. Borrow: See Section 31 23 23. 11
2.3 ACCESSORIES [NOT USED] 12
2.4 SOURCE QUALITY CONTROL [NOT USED] 13
PART 3 - EXECUTION 14
3.1 INSTALLERS [NOT USED] 15
3.2 EXAMINATION [NOT USED] 16
3.3 PREPARATION 17
A. Shape the subgrade or existing base to conform to the typical sections shown on the 18
Drawings or as directed. 19
3.4 INSTALLATION 20
A. General 21
1. Produce a completed course of treated material containing: 22
a. uniform lime mixture, free from loose or segregated areas. 23
b. uniform density and moisture content. 24
32 11 29 - 6
LIME TREATED BASE COURSES
Page 6 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
c. well bound for full depth. 1
d. with smooth surface and suitable for placing subsequent courses. 2
2. Maximum layer depth of lime treatment in single layer: 8 inches. 3
3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact 4
and finish in equal layers not exceeding 5 inches deep. 5
B. Equipment 6
1. General: Provide machinery, tools, and equipment necessary for proper execution 7
of the work. 8
2. Rollers 9
a. The Contractor may use any type of roller to meet the production rates and 10
quality requirements of the Contract unless otherwise shown on the Drawings 11
or directed. 12
b. When specific types of equipment are required, use equipment that meets the 13
specified requirements. 14
c. Alternate Equipment 15
1) Instead of the specified equipment, the Contractor may, as approved, 16
operate other compaction equipment that produces equivalent results. 17
2) Discontinue the use of the alternate equipment and furnish the specified 18
equipment if the desired results are not achieved. 19
d. City may require Contractor to substitute equipment if production rate and 20
quality requirements of the Contract are not met. 21
3. Storage Facility 22
a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 23
4. Slurry Equipment 24
a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or 25
quicklime on the project or other approved location. 26
b. The City may approve other slurrying methods. 27
c. Provide a pump for agitating the slurry when the distributor truck is not 28
equipped with an agitator. 29
5. Pulverization Equipment 30
a. Provide pulverization equipment that: 31
1) Cuts and pulverizes material uniformly to the proper depth with cutters that 32
plane to a uniform surface over the entire width of the cut 33
2) Provides a visible indication of the depth of cut at all times, and uniformly 34
mixes the materials 35
C. Pulverization 36
1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 37
1/2 inch sieve. 38
2. If the material cannot be uniformly processed to the required depth in a single pass, 39
excavate and windrow the material to expose a secondary grade to achieve 40
processing to depth as shown in the Drawings. 41
D. Application of Lime 42
1. Uniformly apply lime as shown on the Drawings or as directed. 43
2. Add lime at the percentage specified in Drawings. 44
3. Apply lime only on an area where mixing can be completed during the same 45
working day. 46
32 11 29 - 7
LIME TREATED BASE COURSES
Page 7 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
4. Minimize dust and scattering of lime by wind. Do not apply lime when wind 1
conditions, in the opinion of the City, cause blowing lime to become dangerous to 2
traffic or objectionable to adjacent property owners. 3
5. Slurry Placement 4
a. Hydrated Lime 5
1) Mix Lime with water and apply slurry 6
2) Apply Type B, commercial lime slurry, with a lime percentage not less 7
applicable for grade used 8
3) Distribute lime at the rate shown on the Drawings 9
4) Make successive passes over a measured surface of roadway until the 10
proper moisture and lime content have been achieved. 11
b. Quicklime 12
1) Spread the residue for the Quicklime slurrying procedure uniformly over 13
the length of the roadway. 14
2) Residue is primarily inert material with little stabilizing value; however, 15
may contain a small amount of Quicklime particles that slake slowly. A 16
concentration of these particles could cause the compacted stabilized 17
material to swell during slaking. 18
E. Mixing 19
1. Begin mixing within 6 hours of application of lime. 20
2. Hydrated lime exposed to the open air for 6 hours or more between application and 21
mixing, or that experiences excessive loss due to washing or blowing, will not be 22
accepted for payment. 23
3. Thoroughly mix the material and lime using approved equipment. 24
4. Mix until a homogeneous, friable mixture of material and lime is obtained, free 25
from all clods and lumps. 26
5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 27
6. Materials containing plastic clay or other materials that are not readily mixed with 28
lime shall be mixed as thoroughly as possible at the time of lime application, 29
brought to the proper moisture content and sealed with a pneumatic roller. 30
7. Allow the mixture to cure for 72 hours or as directed by City. 31
8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 32
9. Sprinkle the treated materials during the mixing and curing operation to achieve 33
adequate hydration and proper moisture content. 34
10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 35
11. After mixing, City will sample the mixture at roadway moisture and test in 36
accordance with Tex-101-E, Part III, to determine compliance with the gradation 37
requirements in Table 5. 38
Table 5 39
Gradation Requirements (Minimum % Passing) 40
Sieve Size Base
1-3/4 in. 100
3/4 in. 85
No. 4 60
41
F. Compaction 42
32 11 29 - 8
LIME TREATED BASE COURSES
Page 8 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1. General 1
a. Begin compaction immediately after final mixing. 2
b. Aerate and sprinkle as necessary to provide optimum moisture content. 3
c. Multiple lifts are permitted when shown on the Drawings or approved. 4
d. Bring each layer to the moisture content directed. 5
2. Rolling 6
a. Begin rolling longitudinally at the sides and proceed toward the center, 7
overlapping on successive trips by at least one-half the width of the roller unit. 8
b. On superelevated curves, begin rolling at the low side and progress toward the 9
high side. 10
c. Offset alternate trips of the roller. 11
d. Operate rollers at a speed between 2 and 6 MPH or as directed. 12
e. Rework, recompact, and refinish material that fails to meet or that loses 13
required moisture, density, stability, or finish before the next course is placed or 14
the project is accepted. 15
1) Continue work until specification requirements are met. 16
2) Rework in accordance with Maintenance item of this Section. 17
f. Proof roll the lime treated base course in accordance with the following: 18
1) Proof Rolling 19
a) City Project Representative must be on-site during proof rolling 20
operations. 21
b) Use equipment that will apply sufficient load to identify soft spots that 22
rut or pump. 23
(1) Acceptable equipment includes fully loaded single-axle water truck 24
with a 1500 gallon capacity. 25
c) Make at least 2 passes with the proof roller (down and back = 1 pass). 26
d) Offset each trip by at most 1 tire width. 27
e) If an unstable or non-uniform area is found, correct the area. 28
2) Correct 29
a) Soft spots that rut or pump greater than 3/4 inch. 30
b) Areas that are unstable or non-uniform. 31
3. Density Control 32
a. Compact until the entire depth of the mixture has achieved a uniform density of 33
not less than 95 percent of the maximum density as determined by ASTM 34
D698. 35
b. Moisture content: minus 2 to plus 4 optimum. 36
G. Maintenance 37
1. Maintain the completed soil lime base in good condition, satisfactory to the City as 38
to grade, crown and cross section until the overlaying or next course is constructed. 39
2. Keep surface of the compacted course moist until covered by other base or 40
pavement. 41
3. Reworking a Section 42
a. When a section is reworked within 72 hours after completion of compaction, 43
rework the section to provide the required density. 44
b. When a section is reworked more than 72 hours after completion of 45
compaction, add additional lime at 25 percent of the percentage specified. 46
c. Reworking includes loosening, adding material or removing unacceptable 47
material if necessary, mixing as directed, compacting, and finishing. 48
32 11 29 - 9
LIME TREATED BASE COURSES
Page 9 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
H. Finishing 1
1. After completing compaction of the final course, clip, skin, or tight-blade the 2
surface of the lime-treated material with a maintainer or subgrade trimmer to a 3
depth of approximately 1/4 inch. 4
2. Remove loosened material and dispose of at an approved location. 5
3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth 6
surface is attained. 7
4. Add small amounts of water as needed during rolling. 8
5. Shape and maintain the course and surface in conformity with the typical sections, 9
lines, and grades shown on the Drawings or as directed. 10
I. Curing 11
1. Cure for the minimum number of days shown in Table 6 and by finished pavement 12
type: 13
a. Concrete pavement 14
1) Sprinkle with water 15
2) Maintain moisture during curing 16
3) Do not allow equipment on the finished course during curing except as 17
required for sprinkling. 18
b. Asphalt Pavement 19
1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 20
2) Do not allow equipment on the finished course during curing. 21
Table 6 22
Minimum Curing Requirements Before Placing Subsequent Courses1 23
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 24
compaction. 25
3.5 REPAIR/RESTORATION [NOT USED] 26
3.6 RE-INSTALLATION [NOT USED] 27
3.7 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 lime 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. In-place depth will be evaluated for each 500-foot roadway section 36
2. Determine in accordance with Tex-140-E in hand excavated holes. 37
3. For each 500-foot section, 3 phenolphthalein tests will be performed. 38
32 11 29 - 10
LIME TREATED BASE COURSES
Page 10 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
4. City Project Representative determines depth testing locations. 1
3.8 SYSTEM STARTUP [NOT USED] 2
3.9 ADJUSTING [NOT USED] 3
3.10 CLEANING [NOT USED] 4
3.11 CLOSEOUT ACTIVITIES [NOT USED] 5
3.12 PROTECTION [NOT USED] 6
3.13 MAINTENANCE [NOT USED] 7
3.14 ATTACHMENTS [NOT USED] 8
END OF SECTION 9
Revision Log
DATE NAME SUMMARY OF CHANGE
10
32 13 13 - 1
CONCRETE PAVING
Page 1 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
SECTION 32 13 13 1
CONCRETE PAVING 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section includes: 5
1. Finished pavement constructed of portland cement concrete including 6
monolithically poured curb on the prepared subgrade or other base course. 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. Modified 1.2.A.2.a 9
2. Added 1.2.A.2.b 10
C. Related Specification Sections include, but are not necessarily limited to: 11
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12
2. Division 1 - General Requirements 13
3. Section 32 01 29 - 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. Unit Price - The work performed and materials furnished in accordance with 25
this Item will be paid for at the unit price bid per square yard of Concrete 26
Pavement. 27
b. Lump Sum Price - The work performed and materials furnished in 28
accordance with this Item will be included in the total lump sum price. 29
3. The price bid shall include: 30
a. Shaping and fine grading the placement area 31
b. Furnishing and applying all water required 32
c. Furnishing, loading and unloading, storing, hauling and handling all concrete 33
ingredients including all freight and royalty involved 34
d. Mixing, placing, finishing and curing all concrete 35
e. Furnishing and installing all reinforcing steel 36
f. Furnishing all materials and placing longitudinal, warping, expansion, and 37
contraction joints, including all steel dowels, dowel caps and load transmission 38
units required, wire and devices for placing, holding and supporting the steel 39
bar, load transmission units, and joint filler material in the proper position; for 40
coating steel bars where required by the Drawings 41
32 13 13 - 2
CONCRETE PAVING
Page 2 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
g. Sealing joints 1
h. Monolithically poured curb 2
i. Cleanup 3
1.3 REFERENCES 4
A. Reference Standards 5
1. Reference standards cited in this specification refer to the current reference standard 6
published at the time of the latest revision date logged at the end of this 7
specification, unless a date is specifically cited. 8
2. ASTM International (ASTM): 9
a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete 10
Reinforcement 11
b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 12
Field 13
c. C33, Concrete Aggregates 14
d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 15
Specimens 16
e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 17
Beams of Concrete 18
f. C94/C94M, Standard Specifications for Ready-Mixed Concrete 19
g. C150, Portland Cement 20
h. C595, Portland-Limestone Cement 21
i. C156, Standard Test Method for Water Loss (from a mortar specimen) Through 22
Liquid Membrane-Forming Curing Compounds for Concrete 23
j. C172, Standard Practice for Sampling Freshly Mixed Concrete 24
k. C260, Air Entraining Admixtures for Concrete 25
l. C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2 26
m. C494, Chemical Admixtures for Concrete, Types “A”, “D”, “F” and “G” 27
n. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 28
Admixture in Concrete 29
o. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 30
Concrete 31
p. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-32
Cement Concrete 33
q. C1602, Standard Specification for Mixing Water Used in the Production of 34
Hydraulic Cement Concrete. 35
r. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 36
(12,400 ft-lbf/ft3) 37
3. American Concrete Institute (ACI): 38
a. ACI 305.1-06 Specification for Hot Weather Concreting 39
b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 40
c. ACI 318, Building Code Requirements for Structural Concrete and 41
Commentary 42
32 13 13 - 3
CONCRETE PAVING
Page 3 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1
1.5 SUBMITTALS [NOT USED] 2
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3
A. Mix Design: submit for approval. See Item 2.4.A. 4
1.7 CLOSEOUT SUBMITTALS [NOT USED] 5
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6
1.9 QUALITY ASSURANCE [NOT USED] 7
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8
1.11 FIELD CONDITIONS 9
A. Weather Conditions 10
1. Place concrete when concrete temperature is between 40°F and 95°F when 11
measured in accordance with ASTM C1064 at point of placement. 12
2. Hot Weather Concreting 13
a. Concrete paving operations shall be approved by the City project manager or 14
designee when the concrete temperature exceeds 95°F. 15
b. Concrete shall not be placed when concrete temperature is above 100°F under 16
any circumstances. 17
3. Cold Weather Concreting 18
a. No concrete shall be placed when ambient temp in shade and away from 19
artificial heat is below 40°F and falling. Concrete may be placed when ambient 20
temp is above 35°F and rising. Unless the City project manager or designee 21
approves paving to continue, suspend concreting operations if a descending air 22
temperature in the shade and away from artificial heat falls below 40°F. Do not 23
resume concreting operations until an ascending air temperature in the shade 24
and away from artificial heat reaches 35°F and rising. Contractor should take 25
all the precautions necessary to prevent freezing of concrete. Frozen concrete 26
must be removed and replaced. 27
4. It is to be distinctly understood that the contractor is responsible for the quality and 28
strength of the concrete placed under any weather conditions. 29
B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 30
pavement in natural light, or as directed by the City. 31
1.12 WARRANTY [NOT USED] 32
PART 2 - PRODUCTS 33
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 34
2.2 MATERIALS 35
A. Cementitious Material: ASTM C150, ASTM C595 Type IL Cement. 36
B. Aggregates: ASTM C33. 37
32 13 13 - 4
CONCRETE PAVING
Page 4 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
C. Water: ASTM C1602. 1
D. Admixtures: When admixtures are used, conform to the appropriate specification: 2
1. Air-Entraining Admixtures for Concrete: ASTM C260. 3
2. Chemical Admixtures for Concrete: ASTM C494, Types “A”, “D”, “F” and “G.” 4
3. Fly Ash 5
a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 6
ASTM C618. 7
b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 8
specified cement content when such batch design is approved by the Engineer. 9
E. Steel Reinforcement: ASTM A615. 10
F. Steel Wire Reinforcement: Not used for concrete pavement. 11
G. Dowels and Tie Bars 12
1. Dowel and tie bars: ASTM A615. 13
2. Dowel Caps 14
a. Provide dowel caps with enough range of movement to allow complete closure 15
of the expansion joint. 16
b. Caps for dowel bars shall be of the length shown on the Drawings and shall 17
have an internal diameter sufficient to permit the cap to freely slip over the bar. 18
c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 19
and one end of the cap shall be rightly closed. 20
3. Epoxy for Dowel and Tie Bars: ASTM C881. 21
a. See following table for approved producers of epoxies and adhesives 22
23
Pre-Qualified Producers of Epoxies and Adhesives
Product Name Producer
Concresive 1420 BASF
HTE-50 Hilti
T 308 + Powers Fasteners
P E 1000+ Powers Fasteners
C-6 Ramset-Redhead
Epcon G-5 Ramset-Redhead
Pro-Poxy-300 Fast Tube Unitex
Shep-Poxy TxIII CMC Construction Services
Ultrabond 1300 Tubes Adhesives Technology
Ultrabone 2300 N.S. A-22-2300
Slow Set Adhesives Technology
Dynapoxy EP-430 Pecora Corp.
EDOT Simpson Strong Tie
ET22 Simpson Strong Tie
SET 22 Simpson Strong Tie
32 13 13 - 5
CONCRETE PAVING
Page 5 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
SpecPoxy 3000FS SpecChem
1
b. Epoxy Use, Storage and Handling 2
1) Package components in airtight containers and protect from light and 3
moisture. 4
2) Include detailed instructions for the application of the material and all 5
safety information and warnings regarding contact with the components. 6
3) Epoxy label requirements 7
a) Resin or hardener components 8
b) Brand name 9
c) Name of manufacturer 10
d) Lot or batch number 11
e) Temperature range for storage 12
f) Date of manufacture 13
g) Expiration date 14
h) Quantity contained 15
4) Store epoxy and adhesive components at temperatures recommended by the 16
manufacturer. 17
5) Do not use damaged or previously opened containers and any material that 18
shows evidence of crystallization, lumps skinning, extreme thickening, or 19
settling of pigments that cannot be readily dispersed with normal agitation. 20
6) Follow sound environmental practices when disposing of epoxy and 21
adhesive wastes. 22
7) Dispose of all empty containers separately. 23
8) Dispose of epoxy by completely emptying and mixing the epoxy before 24
disposal 25
H. Reinforcement Bar Chairs 26
1. Reinforcement bar chairs or supports shall be of adequate strength to support the 27
reinforcement bars and shall not bend or break under the weight of the 28
reinforcement bars or Contractor’s personnel walking on the reinforcing bars. 29
2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 30
plastic. 31
3. For approval of plastic chairs, representative samples of the plastic shall show no 32
visible indications of deterioration after immersion in a 5-percent solution of 33
sodium hydroxide for 120-hours. 34
4. Bar chairs may be rejected for failure to meet any of the requirements of this 35
specification. 36
I. Joint Filler 37
1. Joint filler is the material placed in concrete pavement and concrete structures to 38
allow for the expansion and contraction of the concrete. 39
2. Wood Boards: Used as joint filler for concrete paving. 40
a. Boards for expansion joint filler shall be of the required size, shape and type 41
indicated on the Drawings or required in the specifications. 42
1) Boards shall be of selected stock of redwood or cypress. The boards shall 43
be sound heartwood and shall be free from sapwood, knots, clustered 44
birdseyes, checks and splits. 45
32 13 13 - 6
CONCRETE PAVING
Page 6 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 1
be sufficiently rigid to permit ease of installation. 2
3) Boards shall be furnished in lengths equal to the width between 3
longitudinal joints, and may be furnished in strips or scored sheet of the 4
required shape. 5
3. Dimensions. The thickness of the expansion joint filler shall be shown on the 6
Drawings; the width shall be not less than that shown on the Drawings, providing 7
for the top seal space. 8
4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 9
requirements of this specification. 10
J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 11
K. Curing Materials 12
1. Membrane-Forming Compounds. 13
a. Conform to the requirements of ASTM C309, Type 2, white pigmented 14
compound and be of such nature that it shall not produce permanent 15
discoloration of concrete surfaces nor react deleteriously with the concrete. 16
b. The compound shall produce a firm, continuous uniform moisture-impermeable 17
film free from pinholes and shall adhere satisfactorily to the surfaces of damp 18
concrete. 19
c. It shall, when applied to the damp concrete surface at the specified rate of 20
coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 21
normal conditions suitable for concrete operations. 22
d. It shall adhere in a tenacious film without running off or appreciably sagging. 23
e. It shall not disintegrate, check, peel or crack during the required curing period. 24
f. The compound shall not peel or pick up under traffic and shall disappear from 25
the surface of the concrete by gradual disintegration. 26
g. The compound shall be delivered to the job site in the manufacturer's original 27
containers only, which shall be clearly labeled with the manufacturer's name, 28
the trade name of the material and a batch number or symbol with which test 29
samples may be correlated. 30
h. When tested in accordance with ASTM C156 Standard Test Method for Water 31
loss (from a mortar specimen) Through Liquid Membrane-Forming Curing 32
Compounds for Concrete, the liquid membrane-forming compound shall 33
restrict the loss of water present in the test specimen at the time of application 34
of the curing compound to not more than 0.01-oz.-per-2 inches of surface. 35
2.3 ACCESSORIES [NOT USED] 36
2.4 SOURCE QUALITY CONTROL 37
A. Mix Design 38
1. Concrete Mix Design and Control 39
a. The City has a pre-approved list of concrete mix designs. The pre-approved list 40
can be found on the City website under Project Resources Folder. These mix 41
designs meet the requirements of applicable City specifications and the 42
Contractor may use mix designs from the list without the need for review and 43
approval. The contractor shall notify the City in writing which mix in the pre- 44
approved list the contractor uses for a project. 45
32 13 13 - 7
CONCRETE PAVING
Page 7 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
b. For a mix design not included in the pre-approved list, the Contractor shall 1
submit a design of the concrete mix it proposes to use and a full description of 2
the source of supply of each material component at least 10 calendar days prior 3
to the start of concrete paving operations. 4
c. The design of the concrete mix shall produce a quality concrete complying with 5
these specifications and shall include the following information: 6
1) Design Requirements and Design Summary 7
2) Material source 8
3) Dry weight of cement/cubic yard and type 9
4) Dry weight of fly ash/cubic yard and type, if used 10
5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 11
6) Design water/cubic yard 12
7) Quantities, type, and name of admixtures with manufacturer's data sheets 13
8) Current strength tests or strength tests in accordance with ACI 318 14
9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 15
and date of tests 16
10) Fineness modulus of fine aggregate 17
11) Specific Gravity and Absorption Values of fine and coarse aggregates 18
12) L.A. Abrasion of coarse aggregates 19
d. Once mix design approved by City, maintain intent of mix design and 20
maximum water to cement ratio. 21
e. No concrete may be placed on the job site until the mix design has been 22
approved by the City. 23
2. Quality of Concrete 24
a. Consistency 25
1) In general, the consistency of concrete mixtures shall be such that: 26
a) Mortar shall cling to the coarse aggregate 27
b) Aggregate shall not segregate in concrete when it is transported to the 28
place of deposit 29
c) Concrete, when dropped directly from the discharge chute of the mixer, 30
shall flatten out at the center of the pile, but the edges of the pile shall 31
stand and not flow 32
d) Concrete and mortar shall show no free water when removed from the 33
mixer 34
e) Concrete shall slide and not flow into place when transported in metal 35
chutes at an angle of 30 degrees with the horizontal 36
f) Surface of the finished concrete shall be free from a surface film or 37
laitance 38
2) When field conditions are such that additional moisture is needed for the 39
final concrete surface finishing operation, the required water shall be 40
applied to the surface by hand sprayer only and be held to a minimum 41
amount. 42
3) The concrete shall be workable, cohesive, possess satisfactory finishing 43
qualities and be of the stiffest consistency that can be placed and vibrated 44
into a homogeneous mass. 45
4) Excessive bleeding shall be avoided. 46
32 13 13 - 8
CONCRETE PAVING
Page 8 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
5) If the strength or consistency required for the class of concrete being 1
produced is not secured with the minimum cement specified or without 2
exceeding the maximum water/cement ratio, the Contractor may use, or the 3
City may require, an approved cement dispersing agent (water reducer); or 4
the Contractor shall furnish additional aggregates, or aggregates with 5
different characteristics, or the Contractor may use additional cement in 6
order to produce the required results. 7
6) The additional cement may be permitted as a temporary measure, until 8
aggregates are changed and designs checked with the different aggregates 9
or cement dispersing agent. 10
7) The Contractor is solely responsible for the quality of the concrete 11
produced. 12
8) The City reserves the right to independently verify the quality of the 13
concrete through inspection of the batch plant, testing of the various 14
materials used in the concrete and by casting and testing concrete cylinders 15
or beams on the concrete actually incorporated in the pavement. 16
b. Standard Class 17
1) Unless otherwise shown on the Drawings or detailed specifications, the 18
standard class for concrete paving for streets and alleys is shown in the 19
following table: 20
21
32 13 13 - 9
CONCRETE PAVING
Page 9 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Standard Classes of Pavement Concrete 1
Class of
Concrete1
Minimum
Cementitious,
(Lb./CY)
28 Day Min.
Compressive,
Strength2
(Psi)
Max.
w/cm
Ratio
Course
Aggreg
ate
Maxim
um
Size
inch
General Usage
(Informational Only)
A 470 3000 0.58 1-1/2 Sidewalks and ADA
ramps, driveways, curb
& gutter, median
pavement
CIP 470 3000 0.50 1-1/2 Inlets, manholes,
junction boxes,
encasement, blocking,
collars, light pole
foundations
C 517 3600 0.45 1-1/2 Headwalls, wingwalls,
culverts, drilled shafts
P 517 3600 0.45 1-1/2 Machine placed Paving
H 564 4500 0.45 1-1/2 Hand Placed Paving
HES 564 4500 0.45 1-1/2 HES Paving
S 564 4000 0.45 1-1/2 Bridgeslabs, top slabs of
direct traffic culverts,
approach slabs
1. All exposed horizontal concrete shall have entrained-air. 2
2. Minimum Compressive Strength Required. 3
4
a) Concrete Sidewalks and Curb & Gutter: Class A 5
b) Cast-In-Place Concrete Structures: Class CIP and Class C 6
c) Machine-Laid concrete: Class P 7
d) Hand-Laid concrete: Class H 8
e) Structural Concrete: Class S 9
f) High Early Strength Concrete (HES) 10
(1) When shown on the Drawings or allowed, provide Class HES 11
concrete for very early opening of pavements area or leaveouts to 12
traffic. 13
(2) Design class HES to meet the requirements of class specified for 14
concrete pavement and a minimum compressive strength of 2,600 15
psi in 24 hours, unless other early strength and time requirements 16
are shown on the Drawings allowed. 17
18
c. Slump 19
1) Slump requirements for pavement and related concrete shall be as specified 20
in the following table: 21
22
Concrete Pavement and Related Concrete Slump Requirements Add classes of 23
concrete 24
Concrete Use Recommended
Design
Acceptable
Placement
32 13 13 - 10
CONCRETE PAVING
Page 10 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
and Placement
Slump,
(Inch)
Slump,
(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,
slab, sidewalk, curb and gutter, concrete
valley gutter and other miscellaneous
concrete
4 3 – 5
Drilled shafts 6-1/2 5-1/2 – 7-1/2
1
2) No concrete shall be permitted with slump in excess of the maximums 2
shown. 3
3) Any concrete mix failing to meet the above consistency requirements, 4
although meeting the slump requirements, shall be considered 5
unsatisfactory, and the mix shall be changed to correct such unsatisfactory 6
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 very firm subbase to prevent sagging under 20
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
32 13 13 - 11
CONCRETE PAVING
Page 11 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
a. Machines that do not incorporate these features, such as roller screeds or 1
vibrating screeds, shall be considered tools to be used in hand-laid concrete 2
construction, as slumps, spreading methods, vibration, and other procedures are 3
more common to hand methods than to machine methods. 4
5. City may reject equipment and stop operation if equipment does not meet 5
requirements. 6
B. Concrete Mixing and Delivery 7
1. Transit Batching: shall not be used – onsite mixing not permitted 8
2. Ready Mixed Concrete 9
a. The concrete shall be produced in an approved method conforming to the 10
requirements of this specification and ASTM C94/C94M. City shall have access 11
ready mix to get samples of materials. 12
b. City shall have access to ready mix plant to obtain material samples. 13
c. When ready-mix concrete is used, sample concrete per ASTM C172 Alternate 14
Procedure 2: 15
1) As the mixer is being emptied, individual samples shall be taken after the 16
discharge of approximately 10 percent and 90 percent of the load. 17
2) The method of sampling shall provide that the samples are representative of 18
widely separated portions, but not from the very ends of the batch. 19
d. The mixing of each batch, after all materials are in the drum, shall continue until 20
it produces a thoroughly mixed concrete of uniform mass as determined by 21
established mixer performance ratings and inspection, or appropriate uniformity 22
tests as described in ASTM C94. 23
e. The entire contents of the drum shall be discharged before any materials are 24
placed therein for the succeeding batch. 25
f. Retempering or remixing shall not be permitted. 26
3. Delivery 27
a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 28
City to prevent cold joint. 29
4. Delivery Tickets 30
a. For all operations, the manufacturer of the concrete shall, before unloading, 31
furnish to the purchaser with each batch of concrete at the site a delivery ticket 32
on which is printed, stamped, or written, the following information to determine 33
that the concrete was proportioned in accordance with the approved mix design: 34
1) Name of concrete supplier 35
2) Serial number of ticket 36
3) Date 37
4) Truck number 38
5) Name of purchaser 39
6) Specific designation of job (name and location) 40
7) Specific class, design identification and designation of the concrete in 41
conformance with that employed in job specifications 42
8) Amount of concrete in cubic yards 43
9) Time loaded or of first mixing of cement and aggregates 44
10) Water added by receiver of concrete 45
11) Type and amount of admixtures 46
C. Subgrade 47
32 13 13 - 12
CONCRETE PAVING
Page 12 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
1. When manipulation or treatment of subgrade is required on the Drawings, the work 1
shall be performed in proper sequence with the preparation of the subgrade for 2
pavement. 3
2. The roadbed shall be excavated and shaped in conformity with the typical sections 4
and to the lines and grades shown on the Drawings or established by the City. 5
3. All holes, ruts and depressions shall be filled and compacted with suitable material 6
and, if required, the subgrade shall be thoroughly wetted and reshaped. 7
4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 8
corrected. 9
5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 10
density as determined by ASTM D698. 11
6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 12
7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 13
pavement to ensure its being in a firm and moist condition. 14
8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 15
of the work. 16
9. The Contractor shall notify the City at least 24 hours in advance of its intention to 17
place concrete pavement. 18
10. After the specified moisture and density are achieved, the Contractor shall maintain 19
the subgrade moisture and density in accordance with this Section. 20
11. In the event that rain or other conditions may have adversely affected the condition 21
of the subgrade or base, additional tests may be required as directed by the City. 22
D. Placing and Removing Forms 23
1. Placing Forms 24
a. Forms for machine-laid concrete 25
1) The side forms shall be metal, of approved cross section and bracing, of a 26
height no less than the prescribed edge thickness of the concrete section, 27
and a minimum of 10 feet in length for each individual form. 28
2) Forms shall be of ample strength and staked with adequate number of pins 29
capable of resisting the pressure of concrete placed against them and the 30
thrust and the vibration of the construction equipment operating upon them 31
without appreciable springing, settling or deflection. 32
3) The forms shall be free from warps, bends or kinks and shall show no 33
variation from the true plane for face or top. 34
4) Forms shall be jointed neatly and tightly and set with exactness to the 35
established grade and alignment. 36
5) Forms shall be set to line and grade at least 200 feet, where practicable, in 37
advance of the paving operations. 38
6) In no case shall the base width be less than 8 inches for a form 8 inches or 39
more in height. 40
7) Forms must be in firm contact with the subgrade throughout their length 41
and base width. 42
8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 43
or other additional supports may be necessary to provide the required 44
stability. 45
b. Forms for hand-laid concrete 46
32 13 13 - 13
CONCRETE PAVING
Page 13 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 1
inches in thickness or equivalent when wooden forms are used, or be of a 2
gauge that shall provide equivalent rigidity and strength when metal forms 3
are used. 4
2) For curves with a radius of less than 250 feet, acceptable flexible metal or 5
wood forms shall be used. 6
3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 7
shall be rejected. 8
2. Settling. When forms settle over 1/8 inch under finishing operations, paving 9
operations shall be stopped the forms reset to line and grade and the pavement then 10
brought to the required section and thickness. 11
3. Cleaning. Forms shall be thoroughly cleaned after each use. 12
4. Removal. 13
a. Forms shall remain in place until the concrete has taken its final set. 14
b. Avoid damage to the edge of the pavement when removing forms. 15
c. Repair damage resulting from form removal and honeycombed areas with a 16
mortar mix within 24 hours after form removal unless otherwise approved. 17
d. Clean joint face and repair honeycombed or damaged areas within 24 hours 18
after a bulkhead for a transverse construction joint has been removed unless 19
otherwise approved. 20
e. When forms are removed before 72 hours after concrete placement, promptly 21
apply membrane curing compound to the edge of the concrete pavement. 22
E. Placing Reinforcing Steel, Tie, and Dowel Bars 23
1. General 24
a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 25
as shown on the Drawings. 26
b. All reinforcing steel shall be clean, free from rust in the form of loose or 27
objectionable scale, and of the type, size and dimensions shown on the 28
Drawings. 29
c. Reinforcing bars shall be securely wired together at the alternate intersections 30
and all splices and shall be securely wired at each intersection dowel and load-31
transmission unit intersected. 32
d. All bars shall be installed in their required position as shown on the Drawings. 33
e. The storing of reinforcing or structural steel on completed roadway slabs 34
generally shall be avoided and, where permitted, such storage shall be limited 35
to quantities and distribution that shall not induce excessive stresses. 36
2. Splices 37
a. Provide standard reinforcement splices by lapping and tying ends. 38
b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 39
the Drawings. 40
3. Installation of Reinforcing Steel 41
a. All reinforcing bars and bar mats shall be installed in the slab at the required 42
depth below the finished surface and supported by and securely attached to bar 43
chairs installed on prescribed longitudinal and transverse centers as shown by 44
sectional and detailed drawings on the Drawings. 45
b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 46
on the Drawings and shall be approved by the City prior to extensive 47
fabrication. 48
32 13 13 - 14
CONCRETE PAVING
Page 14 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
c. After the reinforcing steel is securely installed above the subgrade as specified 1
in Drawings and as herein prescribed, no loading shall be imposed upon the 2
bar mats or individual bars before or during the placing or finishing of the 3
concrete. 4
4. Installation of Dowel Bars 5
a. Install through the predrilled joint filler and rigidly support in true horizontal 6
and vertical positions by an assembly of bar chairs and dowel baskets. 7
b. Dowel Baskets 8
1) The dowels shall be held in position exactly parallel to surface and 9
centerline of the slab, by a dowel basket that is left in the pavement. 10
2) The dowel basket shall hold each dowel in exactly the correct position so 11
firmly that the dowel’s position cannot be altered by concreting operations. 12
c. Dowel Caps 13
1) Install cap to allow the bar to move not less than 1-1/4 inch in either 14
direction. 15
5. Tie Bar and Dowel Placement 16
a. Place at mid-depth of the pavement slab, parallel to the surface. 17
b. Place as shown on the Drawings. 18
6. Epoxy for Tie and Dowel Bar Installation 19
1) Epoxy bars as shown on the Drawings. 20
2) Use only drilling operations that do not damage the surrounding operations. 21
3) Blow out drilled holes with compressed air. 22
4) Completely fill the drilled hole with approved epoxy before inserting the tie 23
bar into the hole. 24
5) Install epoxy grout and bar at least 6 inches embedded into concrete. 25
F. Joints 26
1. Joints shall be placed where shown on the Drawings or where directed by the City. 27
2. The plane of all joints shall make a right angle with the surface of the pavement. 28
3. No joints shall have an error in alignment of more than 1/2 inch at any point. 29
4. Joint Dimensions 30
a. The width of the joint shall be shown on the Drawings, creating the joint 31
sealant reservoir. 32
b. The depth of the joint shall be shown on the Drawings. 33
c. Dimensions of the sealant reservoir shall be in accordance with manufacturer’s 34
recommendations. 35
d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 36
surface at the center of the joint. 37
5. Transverse Expansion Joints 38
a. Expansion joints shall be installed perpendicularly to the surface and to the 39
centerline of the pavement at the locations shown on the Drawings, or as 40
approved by the City. Expansion joints shall continue to the farthest outside 41
edge of paving and adjacent slabs, and should extend through monolithic or 42
attached curbs so that there is no restriction to the movement of the joint at any 43
point. 44
b. Joints shall be of the design width, and spacing shown on the Drawings, or as 45
approved by the City. 46
c. Dowel bars, shall be of the size and type shown on the Drawings, or as 47
approved by the City, and shall be installed at the specified spacing. 48
32 13 13 - 15
CONCRETE PAVING
Page 15 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
d. Support dowel bars with dowel baskets. 1
e. Dowels shall restrict the free opening and closing of the expansion join and 2
shall not make planes of weaknesses in the pavement. 3
f. Greased Dowels for Expansion Joints. 4
1) Coat dowels with a thin film of grease or other approved de-bonding 5
material. 6
2) Provide dowel caps on the lubricated end of each dowel bar. 7
g. Proximity to Existing Structures. When the pavement is adjacent to or around 8
existing structures, expansions joints shall be constructed in accordance with 9
the details shown on the Drawings. 10
6. Transverse Contraction Joints 11
a. Contraction or dummy joints shall be installed at the locations and at the 12
intervals shown on the Drawings. 13
b. Joints shall be of the design width, and spacing shown on the Drawings, or as 14
approved by the City. 15
c. Dowel bars, shall be of the size and type shown on the Drawings, or as 16
approved by the City, and shall be installed at the specified spacing. 17
d. Saw joints in a single cut to the width and depth the plans show. Begin sawing 18
as soon as the concrete hardens sufficiently to prevent excessive raveling along 19
the saw cut and finish before conditions induce uncontrolled cracking. 20
e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 21
1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 22
pavement thickness, or deeper if so indicated on the Drawings. 23
f. Complete sawing as soon as possible in hot weather conditions and within a 24
maximum of 24 hours after saw cutting begins under cool weather conditions. 25
g. If sharp edge joints are being obtained, the sawing process shall be sped up to 26
the point where some raveling is observed. 27
h. Damage by blade action to the slab surface and to the concrete immediately 28
adjacent to the joint shall be minimized. 29
i. Any portion of the curing membrane which has been disturbed by sawing 30
operations shall be restored by spraying the areas with additional curing 31
compound. 32
7. Transverse Construction Joints 33
a. Construction joints formed at the close of each day’s work or when the placing 34
of concrete has been stopped for 30-minutes or longer shall be constructed by 35
use of metal or wooden bulkheads cut true to the section of the finished 36
pavement and cleaned. 37
b. Wooden bulkheads shall be constructed using material of a thickness not less 38
than nominal 2” lumber. 39
c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 40
surface and at right angles to the centerline of the pavement. 41
d. Edges shall be rounded to 1/4 inch radius. 42
e. Any surplus concrete on the subgrade shall be removed upon the resumption of 43
the work. 44
8. Longitudinal Construction Joints 45
a. Longitudinal construction joints shall be of the type shown on the Drawings. 46
9. Joint Filler 47
a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 48
Drawings. 49
32 13 13 - 16
CONCRETE PAVING
Page 16 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
b. Redwood Board joints shall be used for all pavement joints except for 1
expansion joints that are coincident with a butt joint against existing 2
pavements. 3
c. Boards with less than 25-percent of moisture at the time of installation shall be 4
thoroughly wetted on the job. 5
d. Green lumber of much higher moisture content is desirable and acceptable. 6
e. The joint filler shall be appropriately drilled to admit the dowel bars when 7
required. 8
f. The bottom edge of the filler shall extend to or slightly below the bottom of the 9
slab. The top edge shall be held approximately 1/2 inch below the finished 10
surface of the pavement in order to allow the finishing operations to be 11
continuous. 12
g. The joint filler may be composed of more than one length of board in the 13
length of joint, but no board of a length less than 6 foot may be used unless 14
otherwise shown on the Drawings. 15
h. After the removal of the side forms, the ends of the joints at the edges of the 16
slab shall be carefully opened for the entire depth of the slab. 17
10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 18
and as specified in Section 32 13 73. Materials shall generally be handled and 19
applied according to the manufacturer’s recommendations as specified in Section 20
32 13 73. 21
G. Placing Concrete 22
1. Unless otherwise specified in the Drawings, the finished pavement shall be 23
constructed monolithically and constructed by machined laid method unless 24
impractical. The City will make determination of what is practical. The maximum 25
length of concrete lane that can be placed by hand pouring is 50 linear feet. 26
2. The concrete shall be rapidly deposited on the subgrade in successive batches and 27
shall be distributed to the required depth and for the entire width of the pavement 28
by approved methods. 29
3. Any concrete not placed as herein prescribed within the time limits in the following 30
table will be rejected. Time begins when the water is added to the mixer. 31
Temperature – Time Requirements 32
Concrete Temperature
(at point of placement)
Max Time – minutes
(no retarding agent)
Max Time – minutes
(with retarding agent)1
Non-Agitated Concrete
All temperatures 45 45
Agitated Concrete
Above 90°F 45 75
Above 75°F thru 90°F 60 90
75°F and Below 60 120
1 Normal dosage of retarder. 33
34
32 13 13 - 17
CONCRETE PAVING
Page 17 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
4. Rakes shall not be used in handling concrete. 1
5. At the end of the day, or in case of unavoidable interruption or delay of more than 2
30 minutes or longer to prevent cold joints, a transverse construction joint shall be 3
placed in accordance with 3.4.F.7 of this Section. 4
6. Honeycombing 5
a. Special care shall be taken in placing and vibrating the concrete against the 6
forms and at all joints and assemblies so as to prevent honeycombing. Concrete 7
shall be uniformly consolidated throughout its width and depth, free from 8
honey combed areas, and has a consistent void-free closed surface. 9
b. Excessive voids and honeycombing in the edge of the pavement, revealed by 10
the removal of the side forms, may be cause for rejection of the section of slab 11
in which the defect occurs. 12
H. Finishing 13
1. Machine 14
a. Tolerance Limits 15
1) While the concrete is still workable, it shall be tested for irregularities with 16
a 10 foot straightedge placed parallel to the centerline of the pavement so as 17
to bridge depressions and to touch all high spots. 18
2) Ordinates measured from the face of the straightedge to the surface of the 19
pavement shall at no place exceed 1/16 inch-per-foot from the nearest point 20
of contact. 21
3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 22
than 1/8 inch. 23
4) Any surface not within the tolerance limits shall be reworked and 24
refinished. 25
b. Edging 26
1) The edges of slabs and all joints requiring edging shall be carefully tooled 27
with an edger of the radius required by the Drawings at the time the 28
concrete begins to take its “set” and becomes non-workable. 29
2) All such work shall be left smooth and true to lines. 30
2. Hand 31
a. Hand finishing permitted only in intersections and areas inaccessible to a 32
finishing machine. 33
b. When the hand method of striking off and consolidating is permitted, the 34
concrete, as soon as placed, shall be approximately leveled and then struck off 35
with screed bar to such elevation above grade that, when consolidated and 36
finished, the surface of the pavement shall be at the grade elevation shown on 37
the Drawings. 38
c. The straightedge and joint finishing shall be as prescribed herein. 39
I. Curing 40
1. The curing of concrete pavement shall be thorough and continuous throughout the 41
entire curing period. 42
2. Failure to provide proper curing as herein prescribed shall be considered as 43
sufficient cause for immediate suspension of the paving operations. 44
3. The curing method as herein specified does not preclude the use of any of the other 45
commonly used methods of curing, and the City may approve another method of 46
curing if so requested by the Contractor. 47
32 13 13 - 18
CONCRETE PAVING
Page 18 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
4. If any selected method of curing does not afford the desired results, the City shall 1
have the right to order that another method of curing be instituted. 2
5. After removal of the side forms, the sides of the slab shall receive a like coating 3
before earth is banked against them. 4
6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 5
as to cover the entire surfaces thoroughly and completely with a uniform film. 6
7. The rate of application shall be such as to ensure complete coverage and shall not 7
exceed 20-square-yards-per-gallon of curing compound. 8
8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 9
from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 10
curing period. 11
9. If for any reason the seal is broken during the curing period, it shall be immediately 12
repaired with additional sealing solution. 13
10. When tested in accordance with ASTM C156 Standard Test Method for Water Loss 14
(from a mortar specimen) through Liquid Membrane-Forming Curing Compounds 15
for Concrete, the curing compound shall provide a film which shall have retained 16
within the test specimen a percentage of the moisture present in the specimen when 17
the curing compound was applied according to the following 18
11. Contractor shall maintain and properly repair damage to curing materials on 19
exposed surfaces of concrete pavement continuously for a least 72 hours. 20
J. Monolithic Curbs 21
1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 22
back from the paving mixer, shall be placed within 20-minutes after being mixed. 23
2. After the concrete has been struck off and sufficiently set, the exposed surfaces 24
shall be thoroughly worked to achieve an acceptable surface finish. 25
3. The exposed edges shall be rounded by the use of an edging tool to the radius 26
indicated on the Drawings. 27
4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 28
K. Pavement Leaveouts 29
1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 30
provided at location indicated on the Drawings or as directed by the City. 31
2. The extent and location of each leaveout required and a suitable crossover 32
connection to provide for traffic movements shall be determined in the field by the 33
City. 34
3.5 REPAIR 35
A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 36
specified in Section 32 01 29. 37
3.6 RE-INSTALLATION [NOT USED] 38
3.7 SITE QUALITY CONTROL 39
A. Concrete Placement 40
1. Place concrete using a fully automated paving machine. Hand paving only 41
permitted in areas such as intersections where use of paving machine is not 42
practical 43
32 13 13 - 19
CONCRETE PAVING
Page 19 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
a. All concrete pavement not placed by hand shall be placed using a fully 1
automated paving machine as approved by the City. 2
b. Screeds are considered hand placement paving method. 3
B. Testing of Materials 4
1. Samples of all materials for testing shall be provided by the contractor at no 5
expense to the City, unless otherwise specified in the special provisions or in the 6
Drawings. 7
2. In the event the initial sampling and testing does not comply with the specifications, 8
all subsequent testing of the material in order to determine if the material is 9
acceptable shall be at the Contractor’s expense at the same rate charged by the 10
commercial laboratories. 11
3. All testing shall be in accordance with applicable ASTM Standards and concrete 12
testing technician must be ACI certified or equivalent. 13
C. Pavement Thickness Test 14
1. Pavement thickness test shall be performed by a commercial testing laboratory 15
approved by the City every 100 feet or fraction thereof in accordance with TxDOT 16
Designation: Tex-423-A, unless otherwise shown on the plans. Test locations shall 17
be at the discretion of the City. 18
2. In the event a deficiency in the thickness of pavement is revealed during normal 19
testing operations, core samples shall be taken at the contractor’s expense to verify 20
deficiency of more than 0.2 in. from plan thickness and to isolate the deficient area. 21
3. Where the average thickness of pavement in the area found to be deficient in 22
thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be 23
made at an adjusted price as specified in the following table. 24
4. Any area of pavement found deficient in thickness by more than 0.50 inch but not 25
more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever 26
is greater, shall be evaluated by the City. 27
5. If, in the judgment of the City the area of such deficiency should not be removed 28
and replaced, there shall be no payment for the area retained. 29
6. If, in the judgment of the City, the area of such deficiency warrants removal, the 30
area shall be removed and replaced, at the Contractor’s entire expense, with 31
concrete of the thickness shown on the Drawings. 32
7. Any area of pavement found deficient in thickness by more than 0.75 inch or more 33
than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced 34
with concrete of the thickness shown on the Drawings at the Contractor’s sole 35
expense. 36
Deficiency in Thickness
Determined by Cores
Proportional Part
Of Contract Price
Inches Allowed
0.00 – 0.20 100 percent
0.21 – 0.30 80 percent
0.31 – 0.40 70 percent
0.41 – 0.50 60 percent
32 13 13 - 20
CONCRETE PAVING
Page 20 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
8. No additional payment over the contract unit price shall be made for any pavement 1
of a thickness exceeding that required by the Drawings. 2
D. Pavement Strength Test 3
1. During the progress of the work the City shall provide trained technicians to cast 4
test cylinders for conforming to ASTM C31, to maintain a check on the 5
compressive strengths of the concrete being placed. 6
2. Test cylinders shall be taken from a representative portion of concrete being placed 7
for every 150-cubic yards of concrete pavement placed, but in no case shall fewer 8
that 1 set of cylinders be taken per day of placement. After the cylinders have been 9
cast, they shall remain on the job site and then transported, moist cured, and tested 10
in accordance with ASTM C31 and ASTM C39 11
3. In each set, one of the cylinders shall be tested at 7 days( 3 days for HES concrete), 12
two cylinders shall be tested at 28 days ( three cylinders for 4” by 8” cylinders), and 13
the remaining cylinder shall be retained for testing at 56 days, if necessary. 14
Concrete must attain its design strength within 56 days. The 4” by 8” cylinders are 15
acceptable only when the nominal maximum aggregate size of the mix is less than 16
1-1/4 inch. 17
4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 18
and expense, core the pavement in question and have the cores tested by an 19
approved laboratory, in accordance with ASTM C42 and ACI 318 protocol. The 20
average of all cores must meet 100 percent of the minimum specified strength, with 21
no individual core resulting in less than 90 percent of design strength, in order to 22
override the results of the cylinder tests. 23
5. In the event cylinders and/ or cores do not meet minimum specified strength, 24
additional cores may be taken to identify the limits of deficient concrete pavement 25
at the expense of the Contractor. 26
6. Cylinders and/or cores must meet minimum specified strength. Pavement not 27
meeting the minimum specified strength shall be subject to the money penalties or 28
removal and placement at the Contractor’s expense as show in the following table. 29
30
Percent Deficient Percent of Contract Price Allowed
Greater Than 0 percent - Not More Than 10 percent 90-percent
Greater Than 10 percent - Not More Than 15 percent 80-percent
Greater Than 15 percent 0-percent or removed and replaced at the entire cost
and expense of Contractor as directed by City
31
7. Deficiency shall be determined on a panel by panel basis. 32
8. The amount of penalty shall be deducted from payment due to Contractor 33
9. No additional payment over the contract unit price shall be made for any pavement 34
with a strength exceeding that required by the Drawings and/or specifications. 35
E. Cracked Concrete Acceptance Policy 36
1. If cracks exist in concrete pavement upon completion of the project, the Project 37
Inspector shall make a determination as to the need for action to address the 38
cracking as to its cause and recommended remedial work. 39
32 13 13 - 21
CONCRETE PAVING
Page 21 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
2. If the recommended remedial work is routing and sealing of the cracks to protect 1
the subgrade, the Inspector shall make the determination as to whether to rout and 2
seal the cracks at the time of final inspection and acceptance or at any time prior to 3
the end of the project maintenance period. The Contractor shall perform the routing 4
and sealing work as directed by the Project Inspector, at no cost to the City, 5
regardless of the cause of the cracking. 6
3. If remedial work beyond routing and sealing is determined to be necessary, the 7
Inspector and the Contractor will attempt to agree on the cause of the cracking. 8
a. If agreement is reached that the cracking is due to deficient materials or 9
workmanship, the Contractor shall perform the remedial work at no cost to the 10
City. Remedial work in this case shall be limited to removing and replacing the 11
deficient work with new material and workmanship that meets the requirements 12
of the contract. 13
b. If the Inspector and the Contractor agree that the cause of the cracking is not 14
deficient materials or workmanship, the City may request the Contractor to 15
provide an estimate of the cost of the necessary remedial work and/or additional 16
work to address the cause of the cracking, and the Contractor will perform that 17
work at the agreed-upon price if the City elects to do so. 18
4. If the Inspector and the Contractor cannot agree on the cause of the cracking, the 19
City may hire an independent geotechnical engineer, acceptable to the Contractor, 20
to perform testing and analysis to determine the cause of the cracking. The 21
contractor shall pay 50 percent of the costs of the independent testing. Contractor 22
shall provide one half of the estimated costs of the independent testing to be held by 23
the City. 24
5. If the independent geotechnical engineer determines that the primary cause of the 25
cracking is the Contractor’s deficient material or workmanship, the remedial work 26
will be performed at the Contractor’s entire expense and the Contractor will also 27
reimburse the City for the balance of the cost of the geotechnical investigation. 28
Remedial work in this case shall be limited to removing and replacing the deficient 29
work with new material and workmanship that meet the requirements of the 30
contract. 31
6. If the geotechnical engineer determines that the primary cause of the cracking is not 32
the Contractor’s deficient material or workmanship, the City will return the held 33
funds to the Contractor. The Contractor, on request, will provide the City an 34
estimate of the costs of the necessary remedial work and/or additional work and 35
will perform the work at the agreed-upon price as directed by the City. 36
3.8 SYSTEM STARTUP [NOT USED] 37
3.9 ADJUSTING [NOT USED] 38
3.10 CLEANING [NOT USED] 39
A. No concrete washout, mix slurry, cuts mud or solids etc., may enter the strom water 40
system including curb lines. Equipment washout allowed only in areas shown on 41
drawings and test materials or slag must be removed from site prior to final acceptance. 42
32 13 13 - 22
CONCRETE PAVING
Page 22 of 22
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
3.11 CLOSEOUT ACTIVITIES [NOT USED] 1
3.12 PROTECTION [NOT USED] 2
3.13 MAINTENANCE [NOT USED] 3
3.14 ATTACHMENTS [NOT USED] 4
END OF SECTION 5
6
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 1.2.A – Modified items to be included in price bid
05/21/2014 Doug Rademaker 2.2.D – Modified to clarify acceptable fly ash substitution in concrete paving
03/19/2021
Zelalem
Arega/Doug
Black
1.11.A – modified to clarify concrete placement temperature restrictions
2.4.A,B,D – to clarify concrete quality control process and requirements
3.7.C & D – to modify and clarify the pavement strength test and change in 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
7
32 13 73 - 1
CONCRETE PAVING JOINT SEALANTS
Page 1 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
SECTION 32 13 73 1
CONCRETE PAVING JOINT SEALANTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Specification for silicone joint sealing for concrete pavement and curbs. 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. Modified 1.2.A.2.a 8
2. Added 1.2.A.2.b 9
C. Related Specification Sections include, but are not necessarily limited to: 10
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11
2. Division 1 - General Requirements 12
3. Section 32 13 13 - Concrete Paving 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Concrete Paving Joint Sealants 15
1. Measurement 16
a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 17
and accepted only when specified in the Drawings to be a pay item. 18
2. Payment 19
a. Unit Price - The work performed and materials furnished in accordance with 20
this Item are subsidiary to the various items being placed and no other 21
compensation will be allowed, unless specifically specified on Drawings. 22
b. Lump Sum Price - The work performed and materials furnished in 23
accordance with this Item are included in the total lump sum price. 24
1.3 REFERENCES 25
A. Reference Standards 26
1. Reference standards cited in this Specification refer to the current reference 27
standard published at the time of the latest revision date logged at the end of this 28
Specification, unless a date is specifically cited. 29
2. ASTM International (ASTM): 30
a. D5893, Standard Specification for Cold Applied, Single Component, 31
Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 32
Pavements 33
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34
1.5 ACTION SUBMITTALS [NOT USED] 35
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 36
A. Test and Evaluation Reports 37
32 13 73 - 2
CONCRETE PAVING JOINT SEALANTS
Page 2 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1. Prior to installation, furnish certification by an independent testing laboratory that 1
the silicone joint sealant meets the requirements of this Section. 2
2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 3
has a minimum 2-year demonstrated, documented successful field performance 4
with concrete pavement silicone joint sealant systems. 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. Do not apply joint sealant when the air and pavement temperature is less than 35 11
degrees F 12
B. Concrete surface must be clean, dry and frost free. 13
C. Do not place sealant in an expansion-type joint if surface temperature is below 35 14
degrees F or above 90 degrees F. 15
1.12 WARRANTY [NOT USED] 16
PART 2 - PRODUCTS 17
2.1 OWNER FURNISHED PRODUCTS [NOT USED] 18
2.2 MATERIALS & EQUIPMENT 19
A. Materials 20
1. Joint Sealant: ASTM D5893. 21
2. Joint Filler, Backer Rod and Breaker Tape 22
a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 23
rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 24
b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent 25
the joint sealant from flowing to the bottom of the joint. 26
c. The backer rod and breaker tape shall be compatible with the silicone joint 27
sealant and no bond or reaction shall occur between them. 28
2.3 ACCESSORIES [NOT USED] 29
2.4 SOURCE QUALITY CONTROL [NOT USED] 30
PART 3 - EXECUTION 31
3.1 INSTALLERS [NOT USED] 32
3.2 EXAMINATION [NOT USED] 33
3.3 PREPARATION [NOT USED] 34
32 13 73 - 3
CONCRETE PAVING JOINT SEALANTS
Page 3 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
3.4 INSTALLATION 1
A. General 2
1. The silicone sealant shall be cold applied. 3
2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 4
prior to sealing joints. 5
3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 6
sealant placement in a continuous sequence of operations. 7
4. See Drawings for the various joint details with their respective dimensions. 8
B. Equipment 9
1. Provide all necessary equipment and keep equipment in a satisfactory working 10
condition. 11
2. Equipment shall be inspected by the City prior to the beginning of the work. 12
3. The minimum requirements for construction equipment shall be as follows: 13
a. Concrete Saw. The sawing equipment shall be adequate in size and power to 14
complete the joint sawing to the required dimensions. 15
b. Air Compressors. The delivered compressed air shall have a pressure in excess 16
of 90 psi and shall be suitable for the removal of all free water and oil from the 17
compressed air. 18
c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 19
of sealant to the joint. 20
d. Injection Tool. This mechanical device shall apply the sealant uniformly into 21
the joint. 22
e. Sandblaster. The design shall be for commercial use with air compressors as 23
specified in this Section. 24
f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 25
free of contamination. They shall be compatible with the joint depth and width 26
requirements. 27
C. Sawing Joints: see Section 32 13 13. 28
D. Cleaning joints 29
1. Dry saw in 1 direction with reverse cutting blade then sand blast. 30
2. Use compressed air to remove the resulting dust from the joint. 31
3. Sandblast joints after complete drying. 32
a. Attach nozzle to a mechanical aiming device so that the sand blast will be 33
directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 34
face of the joint. 35
b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 36
c. When sandblasting is complete, blow-out using compressed air. 37
d. The blow tube shall fit into the joints. 38
4. Check the blown joint for residual dust or other contamination. 39
a. If any dust or contamination is found, repeat sandblasting and blowing until the 40
joint is cleaned. 41
b. Do not use solvents to remove stains and contamination. 42
5. Place the bond breaker and sealant in the joint immediately upon cleaning. 43
6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 44
the joint sealant. 45
32 13 73 - 4
CONCRETE PAVING JOINT SEALANTS
Page 4 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
7. Do not leave open, cleaned joints unsealed overnight. 1
E. Joint Sealant 2
1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the 3
mechanical injection tool. 4
2. Do not seal joints unless they are clean and dry. 5
3. Remove and discard excess sealant left on the pavement surface. 6
a. Do not excess use to seal the joints. 7
4. The pavement surface shall present a clean final condition as determined by City. 8
5. Do not allow traffic on the fresh sealant until it becomes tack-free. 9
F. Approval of Joints 10
1. The City may request a representative of the sealant manufacturer to be present at 11
the job site at the beginning of the final cleaning and sealing of joints. 12
a. The representative shall demonstrate to the Contractor and the City the 13
acceptable method for sealant installation. 14
b. The representative shall approve the clean, dry joints before the sealing 15
operation commences. 16
3.5 REPAIR/RESTORATION [NOT USED] 17
3.6 RE-INSTALLATION [NOT USED] 18
3.7 FIELD QUALITY CONTROL [NOT USED] 19
3.8 SYSTEM STARTUP [NOT USED] 20
3.9 ADJUSTING [NOT USED] 21
3.10 CLEANING [NOT USED] 22
3.11 CLOSEOUT ACTIVITIES [NOT USED] 23
3.12 PROTECTION [NOT USED] 24
3.13 MAINTENANCE [NOT USED] 25
3.14 ATTACHMENTS [NOT USED] 26
END OF SECTION 27
28
Revision Log
DATE NAME SUMMARY OF CHANGE
29
32 31 13 - 1
CHAIN LINK FENCE AND GATES
Page 1 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
SECTION 32 31 13 1
CHAIN LINK FENCE AND GATES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Galvanized coated chain link (non-security) fencing and accessories in accordance 6
with the City’s Zoning Ordinance. 7
2. Wrought iron fencing and accessories 8
3. Steel tube fencing and accessories 9
4. On utility projects: 10
a. When existing fence is within the project Site (i.e. parallel to the utility trench 11
and/or within utility easement) and is directly disturbed by construction 12
activities, fencing will be paid for as listed in Article 1.2 below. 13
b. When existing fence is crossing the proposed utility trench, the work performed 14
and materials furnished in accordance with fence replacement will be 15
considered subsidiary to the trench and no other compensation will be allowed. 16
c. When existing fence is outside of the limits of the project Site or is identified as 17
protected on the Drawings and is disturbed and/or by construction activities, 18
replacement will be at the expense of the Contractor and no other compensation 19
will be allowed. 20
B. Deviations from this City of Fort Worth Standard Specification 21
1. Modified 1.2.A.1.b.1 22
2. Added 1.2.A.1.b.2 23
3. Modified 1.2.A.2.b.1 24
4. Added 1.2.A.2.b.2 25
5. Modified 1.2.A.3.b.1 26
6. Added 1.2.A.3.b.2 27
C. Related Specification Sections include, but are not necessarily limited to: 28
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 29
2. Division 1 - General Requirements 30
1.2 PRICE AND PAYMENT PROCEDURES 31
A. Measurement and Payment 32
1. Chain Link Fence 33
a. Measurement 34
1) Measurement for this Item shall be by the linear foot of Chain Link Fence 35
installed. 36
b. Payment 37
1) Unit Price - The work performed and materials furnished in accordance 38
with this Item and measured as provided under “Measurement” will be paid 39
for at the unit price bid per linear foot of Chain Link Fence installed for 40
various: 41
a) Heights 42
32 31 13 - 2
CHAIN LINK FENCE AND GATES
Page 2 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
b) Fabric materials 1
2) Lump Sum Price - The work performed and materials furnished in 2
accordance with this Item for various heights and various fabric 3
materials and measured as provided under “Measurement” will be 4
included in the total lump sum price. 5
c. The price bid shall include: 6
1) Furnishing and installing all fence and gate materials 7
2) Mow strip, if shown in Drawings 8
3) Cleanup 9
4) Hauling 10
2. Wrought Iron Fence 11
a. Measurement 12
1) Measurement for this Item shall be by the linear foot of Wrought Iron 13
Fence installed. 14
b. Payment 15
1) Unit Price - The work performed and materials furnished in accordance 16
with this Item and measured as provided under “Measurement” will be paid 17
for at the unit price bid per linear foot of Wrought Iron Fence installed for 18
various heights. 19
2) Lump Sum Price - The work performed and materials furnished in 20
accordance with this Item for various heights and measured as 21
provided under “Measurement” will be included in the total lump sum 22
price. 23
c. The price bid shall include: 24
1) Furnishing and installing all fence and gate materials 25
2) Mow strip, if shown in Drawings 26
3) Cleanup 27
4) Hauling 28
3. Steel Tube Fence 29
a. Measurement 30
1) Measurement for this Item shall be by the linear foot of Steel Tube Fence 31
installed. 32
b. Payment 33
1) Unit Price - The work performed and materials furnished in accordance 34
with this Item and measured as provided under “Measurement” will be paid 35
for at the unit price bid per linear foot of Steel Tube Fence installed for 36
various heights. 37
2) Lump Sum Price - The work performed and materials furnished in 38
accordance with this Item for various heights and measured as 39
provided under “Measurement” will be included in the total lump sum 40
price 41
c. The price bid shall include: 42
1) Furnishing and installing all fence and gate materials 43
2) Mow strip, if shown in Drawings 44
3) Cleanup 45
4) Hauling 46
1.3 REFERENCES 47
A. Reference Standards 48
32 31 13 - 3
CHAIN LINK FENCE AND GATES
Page 3 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1. Reference standards cited in this specification refer to the current reference standard 1
published at the time of the latest revision date logged at the end of this 2
specification, unless a date is specifically cited. 3
2. American Society for Testing and Materials (ASTM): 4
a. A 36, Standard Specification for Carbon Structural Steel 5
b. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron 6
and Steel Products 7
c. A 392, Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric 8
d. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon 9
Steel Structural Tubing in Rounds and Shapes 10
e. F 626, Standard Specification for Fence Fittings 11
f. F 1043, Standard Specification for Strength and Protective Coatings on Steel 12
Industrial Chain Link Fence Framework 13
g. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated 14
(Galvanized) Welded, for Fence Structures 15
h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 16
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17
1.5 ACTION SUBMITTALS 18
A. Shop drawings 19
1. Layout of fences and gates with dimensions, details, and finishes of components, 20
accessories and post foundations if requested by the City. 21
B. Product data 22
1. Manufacturer’s catalog cuts indicating material compliance and specified options. 23
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24
1.7 CLOSEOUT SUBMITTALS [NOT USED] 25
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26
1.9 QUALITY ASSURANCE [NOT USED] 27
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28
1.11 FIELD [SITE] CONDITIONS [NOT USED] 29
1.12 WARRANTY [NOT USED] 30
PART 2 - PRODUCTS 31
2.1 OWNER-FURNISHED [NOT USED] 32
2.2 MANUFACTURED UNITS / MATERIALS 33
A. Manufacturer 34
1. Minimum of 5 years of experience manufacturing galvanized coated chain link 35
fencing. 36
2. Approved Manufacturer or equal: 37
a. Allied Fence, Inc. 38
b. American Fence Corp. 39
c. Anchor Fence, Inc. 40
d. Master Halco, Inc. 41
32 31 13 - 4
CHAIN LINK FENCE AND GATES
Page 4 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
B. Materials 1
1. Chain Link Fence 2
a. General 3
1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire 4
shall be of steel. 5
2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands 6
and other parts shall be of steel, malleable iron, ductile iron or equal 7
3) Post tops, rail end, ties and clips may be of aluminum. 8
4) Use only new material, or salvaged/existing material if approved by City or 9
noted on Drawings. 10
5) Fabric 11
a) No. 9 gauge 12
b) 2-inch mesh 13
(1) Commercial: both top and bottom selvages twisted and barged 14
Residential: match existing or both top and bottom selvages knuckled 15
(2) Furnish 1-piece fabric widths. 16
6) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. 17
zinc per square foot of surface. 18
b. Aluminum Fabric 19
1) Fabric 20
a) ASTM F 1183 21
b) No. 9 gauge 22
c) 2-inch mesh, with both top and bottom selvages twisted and barged. 23
d) Furnish 1-piece fabric widths. 24
c. Steel Framing 25
1) Steel pipe - Type I 26
a) ASTM F 1083 27
b) Standard weight schedule 40 28
c) Minimum yield strength: 30,000 psi 29
d) Sizes as indicated 30
e) Hot-dipped galvanized with minimum average 1.8 oz/ft² of coated 31
surface area 32
2) Steel pipe - Type II 33
a) ASTM F 1043, Group IC 34
b) Minimum yield strength: 50,000 psi 35
c) Sizes as indicated on Drawings 36
d) Protective coating per ASTM F 1043 37
(1) External coating Type B 38
(a) Zinc with organic overcoat 39
(b) 0.9 oz/ft² minimum zinc coating with chromate conversion 40
coating and verifiable polymer film 41
(2) Internal coating Type B 42
(a) Minimum 0.9 oz/ft² zinc or Type D, zinc pigmented, 81 percent 43
nominal coating, minimum 3 mils 44
3) Formed steel (“C”) sections: 45
a) Roll formed steel shapes complying with ASTM F 1043, Group II 46
b) Minimum yield strength: 45,000 psi (310 MPa) 47
c) Sizes as indicated on Drawings 48
d) External coating per ASTM F 1043, Type A 49
(1) Minimum average 2.0 oz/ft² of zinc per ASTM A 123 50
32 31 13 - 5
CHAIN LINK FENCE AND GATES
Page 5 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
4) Steel square sections 1
a) ASTM A 500, Grade B 2
b) Minimum yield strength: 40,000 psi 3
c) Sizes as indicated on Drawings 4
d) Hot-dipped galvanized with minimum 1.8 oz/ft² of coated surface area 5
d. Accessories 6
1) Chain link fence accessories 7
a) ASTM F 626 8
b) Provide items required to complete fence system. 9
c) Galvanize each ferrous metal item and finish to match framing. 10
2) Post caps 11
a) Formed steel or cast malleable iron weather tight closure cap for 12
tubular posts. 13
b) Provide 1 cap for each post. 14
c) Cap to have provision for barbed wire when necessary. 15
d) “C” shaped line post without top rail or barbed wire supporting arms do 16
not require post caps. 17
e) Where top rail is used, provide tops to permit passage of top rail. 18
3) Top rail and rail ends 19
a) 1 5/8 inch diameter galvanized round pipe for horizontal railing 20
b) Pressed steel per ASTM F626 21
c) For connection of rail and brace to terminal posts 22
4) Top rail sleeves 23
a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 24
1.80 inch length spring, allowing for expansion and contraction of top 25
rail 26
5) Wire ties 27
a) 9 gauge galvanized steel wire for attachment of fabric to line posts 28
b) Double wrap 13 gauge for rails and braces. 29
c) Hog ring ties of 12-1/2 gauge for attachment 30
6) Brace and tension (stretcher bar) bands 31
a) Pressed steel 32
b) Minimum 300 degree profile curvature for secure fence post attachment 33
c) At square post provide tension bar clips. 34
7) Tension (stretcher) bars: 35
a) 1 piece lengths equal to 2 inches less than full height of fabric 36
b) Minimum cross-section of 3/16 inch x 3/4 inch 37
c) Provide tension (stretcher) bars where chain link fabric meets terminal 38
posts. 39
8) Tension wire 40
a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire 41
b) Tensile strength: 75,000 psi 42
9) Truss rods & tightener 43
a) Steel rods with minimum diameter of 5/16 inch 44
b) Capable of withstanding a tension of minimum 2,000 pounds 45
10) Nuts and bolts are galvanized. 46
2. Wrought Iron Fence: specified per Drawings. 47
3. Steel Tube Fence: specified per Drawings. 48
4. Setting Materials 49
32 31 13 - 6
CHAIN LINK FENCE AND GATES
Page 6 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
a. Concrete 1
1) Minimum 28 day compressive strength of 3,000 psi 2
2) Bagged concrete allowed. 3
b. Drive Anchors 4
1) Galvanized angles 5
2) ASTM A 36 steel 6
3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. 7
2.3 ACCESSORIES [NOT USED] 8
2.4 SOURCE QUALITY CONTROL [NOT USED] 9
PART 3 - EXECUTION 10
3.1 INSTALLERS [NOT USED] 11
3.2 EXAMINATION 12
A. Verification of Conditions 13
1. Verify areas to receive fencing are completed to final grades and elevations. 14
2. Ensure property lines and legal boundaries of work are clearly established 15
3.3 PREPARATION [NOT USED] 16
3.4 INSTALLATION 17
A. Chain Link Fence Framing 18
1. Locate terminal post at each fence termination and change in horizontal or vertical 19
direction of 30 degrees or more. 20
2. Space line posts uniformly at 10 feet on center. 21
3. Set all posts in concrete 22
a. Drill holes in firm, undisturbed or compacted soil. 23
b. Drill hole diameter 4 times greater than outside dimension of post. 24
c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 25
d. Excavate deeper as required for adequate support in soft and loose soils, and for 26
posts with heavy lateral loads. 27
e. Place concrete around posts in a continuous pour. Trowel finish around post. 28
Slope to direct water away from posts. 29
4. Check each post for vertical and top alignment, and maintain in position during 30
placement and finishing operations. 31
5. Bracing 32
a. Install horizontal pipe brace at mid-height for fences 6 feet and taller, on each 33
side of terminal posts. 34
b. Firmly attach with fittings. 35
c. Install diagonal truss rods at these points. 36
d. Adjust truss rod, ensuring posts remain plumb. 37
6. Tension wire 38
a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. 39
b. Install tension wire before stretching fabric and attach to each post with ties. 40
c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 41
7. Top rail 42
a. Install lengths, 21 feet 43
32 31 13 - 7
CHAIN LINK FENCE AND GATES
Page 7 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
b. Connect joints with sleeves for rigid connections for expansion/contraction. 1
8. Center Rails for fabric height 12 feet and taller. 2
a. Install mid rails between posts with fittings and accessories. 3
9. Bottom Rails: Install bottom rails between posts with fittings and accessories. 4
B. Chain Link Fabric Installation 5
1. Fabric 6
a. Install fabric on security side and attach so that fabric remains in tension after 7
pulling force is released. 8
b. Leave approximately 2 inches between finish grade and bottom selvage. 9
c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, 10
braces, and tension wire at 24 inches on center. 11
2. Tension (stretcher) bars 12
a. Pull fabric taut. 13
b. Thread tension bar through fabric and attach to terminal posts with bands or 14
clips spaced maximum of 15 inches on center. 15
3. Accessories 16
a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. 17
b. Fasteners: Install nuts on side of fence opposite fabric side for added security. 18
c. Slats: Install slats in accordance with manufacturer’s instructions. 19
C. Wrought Iron Installation: install per Drawings 20
D. Steel Tube Fence: install per Drawings 21
3.5 REPAIR/RESTORATION [NOT USED] 22
3.6 RE-INSTALLATION [NOT USED] 23
3.7 FIELD QUALITY CONTROL [NOT USED] 24
3.8 SYSTEM STARTUP [NOT USED] 25
3.9 ADJUSTING [NOT USED] 26
3.10 CLEANING [NOT USED] 27
3.11 CLOSEOUT ACTIVITIES [NOT USED] 28
3.12 PROTECTION [NOT USED] 29
3.13 MAINTENANCE [NOT USED] 30
3.14 ATTACHMENTS [NOT USED] 31
END OF SECTION 32
33
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility
projects
32 31 13 - 8
CHAIN LINK FENCE AND GATES
Page 8 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1
32 31 14 - 1
CHAIN LINK CANTILEVER SLIDE GATE
Page 1 of 5
CITY OF FORT WORTH MARKUM RANCH PS AND GST
CITY PROJECT NO. 103010
SECTION 32 31 14 1
CHAIN LINK CANTILEVER SLIDE GATE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes 5
1. The work in this section shall include furnishing all labor, materials, equipment and 6
appliances necessary to complete all Chain Link Cantilever Slide Gate(s) required 7
in accordance with the Drawings. 8
B. Related Specification Sections include but are not necessarily limited to 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 10
Contract. 11
2. Division 1 - General Requirements. 12
1.2 PRICE AND PAYMENT PROCEDURES 13
A. Measurement and Payment 14
1. Work associated with this Item is included in the total lump sum price. 15
1.3 REFERENCES 16
A. Reference Standards 17
1. Reference standards cited in this specification refer to the current reference standard 18
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. Underwriters Laboratory Gate Operator Requirements (UL 325). See 3.02 C. 21
3. American Society for Testing and Materials (ASTM): 22
a. ASTM F 2200 – Standard Specification for Automated Vehicular Gate 23
Construction. See 2.01 C. 24
b. ASTM F 1184 Standard Specification for Industrial and Commercial 25
Horizontal Slide Gates, Type II, Class 2. See 3.02 B. 26
4. American Welding Society AWS D1.2 Structural Welding Code. See 2.01 D and 27
2.03 D. 28
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29
1.5 SUBMITTALS 30
A. Submittals shall be in accordance with Section 01 33 00. 31
B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 32
specials. 33
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34
A. Product Data 35
1. Provide manufacturer’s catalog cuts with printed specifications and installation 36
instructions. 37
32 31 14 - 2
CHAIN LINK CANTILEVER SLIDE GATE
Page 2 of 5
CITY OF FORT WORTH MARKUM RANCH PS AND GST
CITY PROJECT NO. 103010
2. If operated gate system, furnish two (2) copies of operation and maintenance data 1
covering the installed products. 2
B. Shop Drawings 3
1. Manufacturer of gate system shall provide certification stating the gate system 4
includes the following material components that provide superior performance and 5
longevity. Alternate designs built to minimum standards that do not include these 6
additional structural features shall not be accepted. 7
2. Gate track system shall be keyed to interlock into gate frame member (providing 8
200% additional strength when compared to weld only keyless systems). When 9
interlocked with and welded to the "keyed" frame top member, gate track forms a 10
composite structure. 11
3. Gate shall have a minimum counterbalance length of 50% opening width which 12
provides a 36% increase in lateral resistance (when compared to ASTM minimum 13
of 40% counterbalance). If gate is ever to be automated, counterbalance section 14
shall be filled with fabric or other specified material. 15
4. To provide superior structural integrity, intermediate vertical members shall be used 16
- with spacing between verticals to be less than 50% of the gate frame height. 17
5. Entire gate frame (including counterbalance section) shall include 2 adjustable 18
stainless or galvanized steel cables (minimum 3/16”) per bay to allow complete 19
gate frame adjustment (maintaining strongest structural square and level 20
orientation). 21
6. Gate truck assemblies shall be tested for continuous duty and shall have precision 22
ground and hardened components. Bearings shall be pre-lubricated and contain 23
shock resistant outer races and captured seals. 24
7. Gate truck assemblies shall be supported by a minimum 5/8” plated steel bolt with 25
self aligning capability, rated to support a 2,000 # reaction load. 26
8. Hanger brackets shall be hot dipped galvanized steel with a minimum 3/8” 27
thickness that is also gusseted for additional strength. 28
9. Gate top track and supporting hangar bracket assemblies shall be certified by a 29
licensed professional engineer to withstand a 2,000 lb. vertical reaction load 30
without exceeding allowable stresses. 31
C. Certificates 32
1. Gate in compliance with ASTM F 2200, Standard Specification for Automated 33
Vehicular Gate Construction per section 2.01 C. 34
2. If operated gate system, gate operator shall be in compliance with UL 325 as 35
evidenced by UL listing label attached to gate operator. 36
3. The aluminum welders and welding process must be certified per section 2.03 D. 37
4. Manufacturer shall supply gate design performance certification as per section 1.03 38
C. 39
32 31 14 - 3
CHAIN LINK CANTILEVER SLIDE GATE
Page 3 of 5
CITY OF FORT WORTH MARKUM RANCH PS AND GST
CITY PROJECT NO. 103010
1.7 CLOSEOUT SUBMITTALS [NOT USED] 1
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2
1.9 QUALITY ASSURANCE [NOT USED] 3
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4
1.11 FIELD [SITE] CONDITIONS [NOT USED] 5
1.12 WARRANTY [NOT USED] 6
PART 2 - PRODUCTS 7
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 8
2.2 MANUFACTURED UNITS / MATERIALS 9
A. Manufacturers 10
1. Manufacturer List 11
a. Tymetal Corporation 12
b. Approved Equal 13
B. Materials 14
1. Gate Frame 15
a. The gate frame shall be fabricated from 6063-T6 aluminum alloy extrusions. 16
The top member shall be a 3" x 5" (76mm x 127mm) aluminum structural 17
channel/tube extrusion weighing not less than 3.0 lb/lf (4.4kg/m). To maintain 18
structural integrity this frame member shall be "keyed" to interlock with the 19
“keyed” track member. If fabricated as a single horizontal piece, the bottom 20
member shall be a 2" x 5" (51mm x 127mm) aluminum structural tube 21
weighing not less than 2.0 lb/lf (2.9kg/m). If fabricated in two horizontal 22
pieces, the bottom member shall be a 5" (127mm) aluminum structural channel 23
weighing not less than 2.6 lb/lf (3.8kg/m). When the gate frame is 24
manufactured in two horizontal pieces or sections, they shall be spliced in the 25
field (the gate frame shall be fabricated in one or multiple sections depending 26
on size requirements or project constraints). 27
2. Vertical Members (Chain Link) 28
a. The vertical members at the ends of the gate frame shall be “P” shaped in cross 29
section with a nominal base dimension of no less than 2” x 2” (51mm x 51mm) 30
and weighing not less than 1.6 lb/lf (2.3kg/m). Major 2” x 2” (51mm x 51mm) 31
vertical members weighing not less than 1.1 lb/lf shall separate each bay and 32
shall be spaced at less than gate height intervals. 33
b. Intermediate 1” x 2” (25mm x 51mm) vertical members weighing not less than 34
.82 lb/lf shall alternate between 2” x 2” major members. 35
3. Gate Track 36
a. The gate frame shall have a separate semi-enclosed “keyed” track, extruded 37
from 6005A-T61 or 6105-T5 aluminum alloy, weighing not less than 2.9 lb/lf 38
(4.2kg/m). The track member is to be located on only one side of the top 39
primary. Welds to be placed alternately along the top and side of the track at 40
9" (229mm) centers with welds being a minimum of 2" (51mm). 41
32 31 14 - 4
CHAIN LINK CANTILEVER SLIDE GATE
Page 4 of 5
CITY OF FORT WORTH MARKUM RANCH PS AND GST
CITY PROJECT NO. 103010
4. All welds on the gate frame shall conform to Welding Procedure Specification and 1
Procedure Qualification Record to insure conformance to the AWS D1.2 Structural 2
Welding Code. All individual welders shall be certified to AWS D1.2 welding 3
code. See 1.02 D. 4
5. Gate Mounting 5
a. The gate frame is to be supported from the track by two (2) swivel type, self-6
aligning, 4 wheeled, sealed lubricant, ball-bearing truck assemblies. 7
b. The bottom of each support post shall have a bracket equipped with a pair of 3” 8
(76mm) UHMW guide wheels Wheel cover protectors shall be included with 9
bottom guides to comply with UL325. 10
c. Gap protectors shall be provided and installed, compliant with ASTM F 2200-11
05. 12
6. Diagonal Bracing 13
a. Diagonal "X" bracing of 3/16" or 1/4” diameter stainless or galvanized steel 14
cable shall be installed throughout the entire gate frame. 15
7. The gate shall be completed by installation of approved filler as specified. 16
a. Chain Link: 2” x 2” x 9 gauge aluminized steel chain link fabric shall extend 17
the entire length of the gate (if operated gate, counterbalance must also have 18
fabric to prevent reach through and comply with ASTM F2200, see 1.03 C.1) 19
Fabric shall be attached at each end of the gate frame by standard fence 20
industry tension bars and tied at each 2” x 2” (51mm x 51mm) vertical member 21
with standard fence industry ties. ASTM F2200 requires attachment method 22
that leaves no leading or bottom edge protrusions (cannot exceed 0.5 inch). 23
8. Posts 24
a. A single set of support posts shall be minimum 4" O.D. (102mm) round SS40 25
or 4” x 4” x 3/16” wall square steel tubing, grade 500. Gate posts shall be 26
galvanized or coated and supported in concrete footings as specified by the 27
Drawings. 28
9. Finish 29
a. Gate to be mill finish aluminum or color coated with polyester powder as 30
specified. If powder coated, the gate (including track member) and all 31
accessories shall be pretreated chemically by sand blasting or other acceptable 32
method to ensure proper coating adherence. 33
2.3 ACCESSORIES [NOT USED] 34
2.4 SOURCE QUALITY CONTROL [NOT USED] 35
PART 3 - EXECUTION 36
3.1 INSTALLERS [NOT USED] 37
3.2 EXAMINATION 38
A. Verification of Conditions 39
1. Verify areas to receive fencing are completed to final grades and elevations. 40
2. Ensure property lines and legal boundaries of work are clearly established. 41
32 31 14 - 5
CHAIN LINK CANTILEVER SLIDE GATE
Page 5 of 5
CITY OF FORT WORTH MARKUM RANCH PS AND GST
CITY PROJECT NO. 103010
3.3 PREPARATION [NOT USED] 1
3.4 INSTALLATION 2
A. Equipment in this section shall be installed in strict accordance with the company’s 3
printed instructions unless otherwise shown on the contract drawings. 4
B. The gate and installation shall conform to ASTM F 1184 standards for aluminum 5
cantilever slide gates, Type II, Class 2. See 1.02 C. 6
C. If the gate system is to be automated, the gate and installation shall also comply with 7
ASTM F 2200 and UL 325. See 1.02 A and 1.02 B. 8
3.5 [REPAIR] / [RESTORATION] [NOT USED] 9
3.6 RE-INSTALLATION [NOT USED] 10
3.7 FIELD [OR] SITE QUALITY CONTROL 11
A. The complete system shall be adjusted to assure it is performing properly. 12
B. The system shall be operated for a sufficient period of time to determine that the system 13
is in proper working order. 14
C. For operated gate systems - test and explain safety features: 15
1. Each system feature and device is a separate component of the gate system. 16
2. Read and follow all instructions for each component. 17
3. Ensure that all instructions for mechanical components, safety devices and the gate 18
operator are available for everyone who will be using the gate system. 19
4. The warning signs shipped with the gate operator must be installed in prominent 20
position on both sides of the gate. 21
5. Ensure the owner is clear with regard to the safety points concerning the basic 22
operational guidelines of the safety features of the gate operator system. These 23
safety points are listed in the gate operator manual and must be read prior to system 24
use. 25
3.8 SYSTEM STARTUP [NOT USED] 26
3.9 ADJUSTING [NOT USED] 27
3.10 CLEANING [NOT USED] 28
3.11 CLOSEOUT ACTIVITIES [NOT USED] 29
3.12 PROTECTION [NOT USED] 30
3.13 MAINTENANCE [NOT USED] 31
3.14 ATTACHMENTS [NOT USED] 32
END OF SECTION 33
34
35
32 84 00
IRRIGATION INSTALLATION AND RESTORATION
Page 1 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 32 84 00 1
IRRIGATION INSTALLATION AND RESTORATION 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Product and installation requirements for: 6
a. Irrigation System Installation 7
b. Irrigation System Restoration 8
B. Related Specification Sections include but are not limited to: 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 10
Contract. 11
2. Division 1 - General Requirements. 12
3. Section 33 05 10 – Utility Trench Excavation, Embedment, and Backfill. 13
4. Section 33 05 26 – Utility Markers – Locators. 14
5. Section 33 11 12 – Polyvinyl Chloride (PVC) Pressure Pipe. 15
1.2 PRICE AND PAYMENT PROCEDURES 16
A. Measurement and Payment 17
1. Irrigation System Installation 18
a. Measurement 19
1) Measured per lump sum of Irrigation System Installation. 20
b. Payment 21
1) The work performed and materials furnished in accordance with this item 22
and measured as provided under “Measurement” will be paid for at the unit 23
price bid per lump sum for Irrigation System Installation installed. 24
c. The price bid shall include: 25
1) Furnishing and installing Irrigation System Installation as specified by the 26
Drawings 27
2) Trench excavation and backfill 28
3) All products required to install irrigation system 29
4) Product and installation testing 30
5) Licensed irrigator 31
6) Equipment 32
7) Tools 33
8) Equipment 34
9) Labor and incidentals needed to execute work 35
2. Irrigation System Restoration 36
a. Measurement 37
1) Measured per lump sum of Irrigation System Restoration. 38
39
b. Payment 40
32 84 00
IRRIGATION INSTALLATION AND RESTORATION
Page 2 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1) The work performed and materials furnished in accordance with this item 1
and measured as provided under “Measurement” will be paid for at the unit 2
price bid per lump sum for Irrigation System Restoration. 3
c. The price bid shall include: 4
1) Furnishing and installing Irrigation System Restoration as specified by the 5
Drawings 6
2) Trench excavation and backfill 7
3) All products required to install irrigation system 8
4) Product and installation testing 9
5) Licensed irrigator 10
6) Equipment 11
7) Tools 12
8) Equipment 13
9) Labor and incidentals needed to execute work 14
1.3 REFERENCES 15
A. Abbreviations and Acronyms 16
1. CWP – Cold Working Pressure 17
2. GPM – Gallons per Minute 18
3. PSI – Pounds per Square Inch 19
4. PVC – Polyvinyl Chloride 20
B. Reference Standards 21
1. ASTM International (ASTM): 22
a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) 23
Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 24
b. D2241, Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure-Rated 25
Pipe (SDR Series). 26
2. NSF International (NSF): 27
a. 61, Drinking Water System Components – Health Effects. 28
3. Uniform Plumbing Code 29
1.4 ADMINISTRATIVE REQUIREMENTS 30
A. Preinstallation Meetings 31
1. Coordinate with the current owners of any existing irrigation system 1 week prior to 32
holding the preinstallation meeting. 33
2. Hold a preinstallation meeting 1 week prior to performing any tasks included under 34
Irrigation Installation and Repair. Invite the City and the current owner (if other 35
than the City) of any existing irrigation system along with any appropriate 36
representatives. Prior to the preinstallation meeting, the following needs to be 37
prepared or conducted: 38
a. Irrigation Plan: 39
1) Provide an irrigation plan prepared, signed, and sealed by a licensed 40
irrigator. 41
2) Test the existing system prior to meeting in accordance with Quality 42
Assurance. 43
1.5 SUBMITTALS 44
32 84 00
IRRIGATION INSTALLATION AND RESTORATION
Page 3 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
A. Submittals shall be in accordance with Section 01 33 00. 1
B. All submittals shall be approved by the City prior to delivery. 2
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3
A. Shop Drawings 4
1. Product Data 5
a. Provide electronic product data from each manufacturer supplying irrigation 6
products to be used on the project. 7
b. Product data sheets will include: 8
1) Manufacturer name 9
2) Date 10
3) Product description 11
4) Verification that the product meets the required standards stated in this 12
specification. 13
5) Produce data and test results as required in this specification 14
6) Material Safety Data Sheets, if applicable 15
7) Manufacturer Recommended Storing Data, if applicable 16
8) Usage and Installation Recommendations 17
B. Information Submittals 18
1. Trench Safety Plan 19
a. Provide a trench safety plan if required in accordance with Occupational Safety 20
and Health Administration CFR 29, Part 1926-Safety regulations, Subpart P-21
Excavations. If required provide shop drawings in accordance with Section 33 22
05 10. 23
2. Backflow Prevention Testing 24
a. Provide backflow prevention test results performed by a Certified Backflow 25
Tester. 26
1.7 CLOSEOUT SUBMITTALS 27
A. Operation and Maintenance Data 28
1. Provide any manufacturer recommended operation and maintenance information to 29
the City and irrigation system owner (if other than the City) once the irrigation 30
system is installed. 31
B. Warranty Documentation 32
1. Provide any manufacturer warranty information to the City and irrigation system 33
owner (if other than the City) once the irrigation system is installed. 34
2. Transfer any manufacturer irrigation warranties to the City or irrigation owner 35
following irrigation installation if applicable. 36
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37
1.9 QUALITY ASSURANCE 38
A. Qualifications 39
40
1. Licensed Professionals 41
a. Provide an irrigator licensed in the State of Texas to oversee the construction of 42
all Irrigation Installation and Restoration work performed. 43
32 84 00
IRRIGATION INSTALLATION AND RESTORATION
Page 4 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
B. Preconstruction Testing 1
1. Coordinate with the owners of any existing irrigation systems to schedule a 2
preconstruction test. Invite the irrigation system owners and the City along with 3
their appropriate representatives to witness the preconstruction test. 4
2. Perform a preconstruction test of any existing irrigation systems and provide 5
documentation of the working condition of any existing irrigation system. Include 6
the following documentation: 7
a. Photos, videos, and site notes that adequately document the existing condition 8
of each zone, controller equipment, sprinkler heads, and drip lines. 9
b. Provide any additional documentation that is available such as record drawings. 10
1.10 DELIVERY, STORAGE, AND HANDLING 11
A. Storage and Handling Requirements 12
1. Secure and maintain a location to store the material in accordance with Section 01 13
66 00. 14
1.11 SITE CONDITIONS 15
A. Ambient Conditions 16
1. In accordance with applicable specifications and manufacturer recommendations 17
for all water products. Applicable specifications include, but are not limited to 18
Section 33 11 12. 19
B. Existing Conditions 20
1. Prior to performing work: 21
a. Locate all existing utility lines in accordance with State and local requirements 22
b. Verify power source for existing and proposed irrigation systems 23
c. Document existing irrigation system in accordance with Administrative 24
Requirements, if applicable 25
d. Locate all existing irrigation structures which may include, but are not limited 26
to water lines, controllers, sprinkler heads, and drip lines 27
1.12 WARRANTY [NOT USED] 28
PART 2 - PRODUCTS 29
2.1 CITY-SUPPLIED PRODUCTS [NOT USED] 30
2.2 PRODUCTS 31
A. General 32
1. Provide products specified in the Drawings or approved equal. 33
2. Substitution requests for manufacturers or models shall be processed in accordance 34
with Section 01 25 00. 35
B. Manufacturers 36
37
1. Control Valves 38
a. Drip Zones 39
1) Rain Bird, XCZ-100-PRB-COM 40
32 84 00
IRRIGATION INSTALLATION AND RESTORATION
Page 5 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
b. Master Valve, 1” 1
1) Rain Bird, 100-PEB 2
c. Master Valve, 1.5” 3
1) Rain Bird, 150-PEB 4
d. Master Valve, 2” 5
1) Rain Bird, 200-PEB 6
e. Flow Meter, 1” 7
1) Netafilm, 1" Water Meter Cast Iron 8
f. Flow Meter, 2” 9
1) Netafilm, 2" Water Meter Cast Iron 10
g. Isolation Valve 11
1) Spears HD, CWV 12
h. Quick Coupler 13
1) Rain Bird, 33-DRC 14
2. Drip Tubing and Fitting 15
a. Standard Drip 16
1) Rain Bird, XFS-09-12 17
b. Check Valve Drip 18
1) Rain Bird, XFCV-09-12 19
c. Drip Tube Fittings 20
1) Rain Bird, XF™ Series 17mm Insert Fittings 21
d. Tree Bubbler 22
1) Hunter, PCN-50 23
e. Tree Bubbler Head, 4” 24
1) Hunter, 1804-SAM-PRS 25
f. Operation Indicator 26
1) Rain Bird, XFS OPERIND X17500 27
3. Controllers 28
a. Motorola, IRRInet AC/DC 29
b. Rain Bird, WR2-RFC Rain/Freeze Combo 30
c. Others as specified by the City 31
4. Backflows 32
a. Wilkins, RPZ 375XL 115 Lead Free 33
b. Wilkins, RPZ 375XL 020 Lead Free 34
5. Backflow Enclosures 35
a. Dekorra, 302-BG-C3 36
b. Dekorra, 603GN 37
6. Valve Boxes 38
a. Large Rectangle Box (21”x15”x13”) 39
1) NDS, 117BC 40
b. Standard Rectangle Box (17”x12”x12”) 41
1) NDS, 113BC 42
c. 6” Round Box 43
1) NDS, 107BC 44
d. 10” Round Box 45
1) NDS, 111BC 46
7. Flow Sensor 47
a. Arad, AC Flow Meter 48
32 84 00
IRRIGATION INSTALLATION AND RESTORATION
Page 6 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
b. Others as specified by the City 1
C. Polyvinyl Chloride (PVC) Pipe 2
1. Provide PVC pipe in accordance with: 3
a. ASTM D1784 4
b. ASTM D2241 5
c. NSF 61 6
d. Uniform Plumbing Code 7
2. Provide PVC Class 200 SDR 21 for irrigation mainline. 8
3. Provide PVC Class 200 SDR 21 for irrigation lateral line. 9
4. Provide PVC Schedule 40 for pipe sleeves. 10
5. Provide Detectable Warning Tape in accordance with Section 33 05 97. 11
D. Polyvinyl Chloride (PVC) Fittings 12
1. Provide PVC fittings in accordance with: 13
a. ASTM D1784 14
b. ASTM D2241 15
c. NSF 61 16
d. Uniform Plumbing Code 17
2. Provide fittings that are solvent weld type, schedule 40, and of the type 18
recommended by the pipe manufacturer for the size and intended use. 19
3. If connecting to a metal pipe or metal accessory, use a PVC adapter with female 20
thread. Any PVC pipe that is connected by any other means may be considered 21
non-conforming. Obtain written approval from the City if another connection 22
method has been approved. 23
E. Irrigation Heads or Bubblers 24
1. Refer to the Drawings for the nozzle sets, circle angles, and product series. 25
2. Provide irrigation heads or bubblers that conform to the requirements of the 26
manufacturer designated on the Drawings or approved equal. 27
F. Wire and Wire Connectors 28
1. Provide copper wiring UL approved, Type UF, PVC insulated, 14 gage, suitable for 29
direct burial, and in accordance with the requirements for a NEC Class 2 circuit (30 30
volts AC or less). 31
2. Provide direct burial wire connectors that have a one-piece PVC housing that when 32
filled with silicone forms a reusable, one-piece, moisture-proof wire splice 33
connector. 34
3. Provide wire connectors that are U.L. listed, rated 60C, 500 volts, for PVC 35
insulated wire. 36
4. Do not use epoxy type wire connectors. 37
G. Gate Valves 38
1. Provide a gate valve rated for a minimum 150 PSI working pressure. 39
2. Provide a gate valve in accordance with the size specified in the Drawings. 40
3. For any gate valve 2 inches in size or smaller, use Ohio bras or approved equal. 41
4. Install the gate valve per City Standard Details or Drawings. 42
H. Valve Boxes 43
32 84 00
IRRIGATION INSTALLATION AND RESTORATION
Page 7 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. For any electric valves, provide a plastic valve box rated for use with electric 1
control valves. 2
I. Electric Section Control Valves 3
1. Provide the size specified in the Drawings. 4
2. Only one electric section should operate at one time on any one controller. 5
3. Electric sectional control valves 6
a. Globe-type diaphragm valves of normally open design 7
b. 24 VAC electric solenoid control operated, 8
c. Equipped with flow adjustment stems, 9
d. Cold working pressure (CWP) of 150 PSI 10
e. Plastic bodies and covers. 11
2.3 ACCESSORIES [NOT USED] 12
2.4 SOURCE QUALITY CONTROL 13
PART 3 - EXECUTION 14
3.1 INSTALLERS [NOT USED] 15
3.2 EXAMINATION [NOT USED] 16
3.3 PREPARATION 17
A. Demolition / Removal 18
1. Prior to removal or shut-off of any existing irrigation systems, notify the owner 19
within 48 hours. 20
3.4 INSTALLATION 21
A. Trench Excavation and Backfill 22
1. Trenching and backfilling are considered subsidiary to the irrigation installation bid 23
items. 24
2. Perform trench excavation and backfill in accordance with Section 33 05 05 unless 25
otherwise specified in the Drawings or this Section. 26
3. Trench Excavation 27
a. Maintain a minimum distance of 6 inches between parallel lines. 28
b. Excavate to a depth that provides the following cover from finished grade: 29
1) 30 inches minimum under vehicle traffic area 30
2) Non-vehicle traffic areas: 31
a) 18 inches minimum for lateral lines 32
b) 24 inches minimum for main lines 33
4. Backfill 34
a. Backfill the trench after the irrigation system is operational and required testing 35
and inspection has been performed by the City and a licensed irrigator. 36
b. Embedment material is not required unless otherwise specified in the Drawings. 37
38
c. Backfill Material: 39
1) Initial Backfill 40
32 84 00
IRRIGATION INSTALLATION AND RESTORATION
Page 8 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
a) Remove any rocks or stones larger than 1 inch from the backfill 1
material for 6 inches above the top of pipe. 2
b) Place marker tape on top of the initial trench backfill in accordance 3
with Section 33 05 26. 4
2) Final Backfill 5
a) Remove any rocks or stones larger than 3 inches in diameter. 6
3) All in-situ materials are considered acceptable unless otherwise specified in 7
the Drawings. 8
d. Compact in accordance with Section 33 05 10. 9
e. For trenches that will have plantings installed at finished grade, flood the 10
backfill prior to installing plantings using a jetting process. 11
B. Pipe Laying 12
1. Lay pipe at a minimum 1 foot from the back of curb, sidewalks, buildings, walls, 13
and other objects, or as directed by the City. 14
2. Install all PVC pipe connections and fittings in accordance with the manufacturer’s 15
recommendations and Section 33 11 12. 16
C. Pipe Joints 17
1. Install joints in accordance with the manufacturer’s recommendations and Section 18
33 14 11. 19
2. Allow adequate time for joint solvent to form a chemical bond before disturbing the 20
joint. Refer to manufacturer’s recommendations. If no recommendation is given, do 21
not disturb the joint for 15 minutes after joint is installed on pipe. 22
D. Closing and Flushing of PVC Pipe 23
1. Cap or plug pipes after installation to prevent entry of foreign materials that would 24
obstruct the flow of water. 25
2. Leave caps or plugs in place until it is time for final completion. 26
3. At final completion, remove the caps, thoroughly flush all water lines, and perform 27
any final testing necessary for final completion. 28
E. Sprinkler Heads and Drip Tubing 29
1. Install sprinkler heads and drip tubing in accordance with the manufacturer’s 30
recommendations at locations specified in the Drawings or as directed by the City. 31
F. Wiring 32
1. Install wire in trenches below the pipe or in a minimum 1-inch PVC pipe with at 33
least 12 inches of cover of its entire run. 34
2. Install wire in continuous lengths. 35
3. Splice wire, if required, in valve boxes using waterproof materials. 36
G. Valve and Valve Box Placement 37
1. Install valves and valve boxes at a minimum 2 foot from the back of curb, 38
sidewalks, buildings, walls, and other objects, or as directed by the City. 39
2. Place valves and valve boxes in accordance with City Standard Details, applicable 40
specifications, and the Drawings. 41
42
3. Valves 43
32 84 00
IRRIGATION INSTALLATION AND RESTORATION
Page 9 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
a. Install all gate, check, and control valves with a valve box to the same depth as 1
the irrigation pipe. 2
b. Provide a minimum of 12 inches of clearance from the top of the valve to the 3
surface of the valve box. 4
c. After valves are installed, fully open and fully close valves to ensure that all 5
parts are in working condition. 6
4. Valve Boxes 7
a. Set valve boxes plumb vertically and concentric with the valve stem. 8
b. If a valve box is relocated due to incorrect installation location, relocate at no 9
cost to the City. 10
c. Coil any excess wires inside the valve box. 11
d. When valve is located in pavement, install concrete collar around valve box in 12
accordance with City Standard Details. 13
e. Adjust valve box height to be flush with finished grade. 14
H. Controller 15
1. Install controllers in accordance with manufacturer’s recommendations at locations 16
shown on the Drawings. 17
I. Backflow Prevention 18
1. Install backflow prevention in accordance with the manufacturer’s 19
recommendations at locations shown on the Drawings or as directed. 20
2. Install the double check valve in a concrete meter box per City Standard Details or 21
the Drawings. 22
J. Sleeves & Encasement 23
1. Coordinate with the paving contractor to install sleeves as shown on the Drawings. 24
2. Install wiring and irrigation piping in separate encasements when under pavement. 25
3. For encasement pipes, provide a minimum of 12 inches of cover over the pipe. 26
a. For areas with surface improvements, cover is measured from the top of the 27
pipe to the bottom of subgrade or to the bottom of the sidewalk slab. 28
K. Boring 29
1. Boring is only allowed when specified in the Drawings. Coordinate with the City 30
for approval of boring locations and requirements. 31
3.5 REPAIR AND RESTORATION 32
A. Restore all existing surfaces and repair any existing structures or pipes that have been 33
damaged due to irrigation installation at no cost to the City. 34
B. If any existing irrigation systems have been damaged as a result of any construction 35
activities, repair and restore the existing irrigation system to the original condition. 36
1. Obtain approval from the irrigation system owner and provide approval to the City. 37
3.6 RE-INSTALLATION [NOT USED] 38
3.7 SITE QUALITY CONTROL 39
A. General 40
1. Provide a licensed irrigator to perform all required Site Quality Control testing. 41
2. Perform inspections throughout the duration of installation. 42
32 84 00
IRRIGATION INSTALLATION AND RESTORATION
Page 10 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
B. Sprinkler/Dripline Layout and Spacing Inspection 1
1. Verify the irrigation design is accurately installed in the field. 2
2. If spacing is not within 5 percent of the design spacing, adjust the layout at no cost 3
to the City. 4
3. If design cannot be met due to site constraints, obtain written approval from the 5
City and the licensed irrigator before modifying the layout. 6
C. Pipe Installation Depth Inspection 7
1. Verify the irrigation pipes were installed to the minimum depths in accordance with 8
this Section. 9
2. Verify all joints were installed correctly and there are no loose or non-compliant 10
joints. 11
D. Hydrostatic Tests 12
1. Provide a licensed irrigator during hydrostatic testing and notify the City in writing 13
48 hours in advance of testing. 14
2. Center load piping with initial backfill to prevent arching or slipping under 15
pressure. 16
3. After all welded joints have cured for at least 24 hours, test the mainlines from the 17
meter to the valves, with all valves closed, for at least 2 consecutive hours by 18
applying a continuous and static minimum 80 PSI water pressure. Repair leaks if 19
necessary and retest. 20
4. Maintain all mainline and lateral lines under static pressure for 24 hours without 21
leaks before final approval. 22
5. If the Hydrostatic Test indicates any leaks, repair at no cost to the City. 23
3.8 SYSTEM STARTUP [NOT USED] 24
3.9 ADJUSTING [NOT USED] 25
3.10 CLEANING [NOT USED] 26
3.11 CLOSEOUT ACTIVITIES 27
A. Demonstration 28
1. After installation is complete, hold a demonstration meeting and invite the licensed 29
irrigator who prepared the irrigation plans, the City, and the current owner (if other 30
than the City) of any existing irrigation systems along with any appropriate 31
representatives. At this meeting, perform the following tasks: 32
a. If there is an existing system: 33
1) Test the irrigation system and compare the functionality with the 34
documented conditions of any existing irrigation system. 35
b. If there is not an existing system: 36
1) Test the irrigation system to verify all zones, controllers, sprinkler heads, 37
and drip lines function as designed. 38
c. Obtain in writing the City and the irrigation owner (if other than the City) have 39
agreed the irrigation system functions as designed after the demonstration 40
meeting is held. 41
d. The meeting is required to be performed prior to final acceptance. 42
B. Record of Installation 43
32 84 00
IRRIGATION INSTALLATION AND RESTORATION
Page 11 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. Provide a Record of Installation set of Drawings to any existing irrigation system 1
owners with any warranties and product information at the completion of irrigation 2
system installation. 3
2. If the City is the owner of the irrigation system, provide the record drawings to the 4
prime contractor to be included with the overall record drawing set at the end of the 5
project. 6
3.12 PROTECTION [NOT USED] 7
3.13 MAINTENANCE [NOT USED] 8
3.14 ATTACHMENTS [NOT USED] 9
END OF SECTION 10
11
Revision Log
DATE NAME SUMMARY OF CHANGE
12
32 91 19 - 1
TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS
Page 1 of 3
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
SECTION 32 91 19 1
TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on 6
the Drawings within the Roadway Right-of ways (Roadway ROW includes 7
medians and parkways between the curb and property line. 8
B. Deviations from this City of Fort Worth Standard Specification 9
1. Modified 1.2.A.2.a 10
2. Modified 1.2.A.2.b 11
3. Added 1.2.A.2.c 12
C. Related Specification Sections include but are not necessarily limited to 13
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 14
2. Division 1 - General Requirements 15
1.2 PRICE AND PAYMENT PROCEDURES 16
A. Measurement and Payment 17
1. Measurement 18
a. Measurement for this Item shall be by cubic yard of Topsoil in place. 19
2. Payment 20
a. Unit Price 21
1) The work performed and materials furnished in accordance with this Item 22
and measured as provided under “Measurement” will be paid for at the unit 23
price bid per cubic yard of in place/tamped Topsoil 24
2) All excavation required by this Item in cut sections shall be measured in 25
accordance with provisions for the various excavation items involved with 26
the provision that excavation will be measured and paid for once, regardless 27
of the manipulations involved. 28
a. Lump Sum Price - The work performed and materials furnished in 29
accordance with this Item and measured as provided under 30
“Measurement” will be included in the total lump sum price. 31
3. The price bid shall include: 32
a. Furnishing Topsoil 33
b. Loading 34
c. Hauling 35
d. Placing 36
1.3 REFERENCES [NOT USED] 37
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38
1.5 ACTION SUBMITTALS [NOT USED] 39
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 40
32 91 19 - 2
TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS
Page 2 of 3
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
1.7 CLOSEOUT SUBMITTALS [NOT USED] 1
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2
1.9 QUALITY ASSURANCE [NOT USED] 3
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4
1.11 FIELD [SITE] CONDITIONS [NOT USED] 5
1.12 WARRANTY [NOT USED] 6
PART 2 - PRODUCTS 7
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 8
2.2 MATERIALS 9
A. Topsoil 10
1. Use easily cultivated, fertile topsoil that: 11
a. Is free from objectionable material including subsoil, weeds, clay lumps, non-12
soil materials, roots, stumps or stones larger than 1.0 inches 13
b. Has a high resistance to erosion 14
c. Is able to support plant growth 15
2. Secure topsoil from approved sources. 16
3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 17
available upon request. 18
4. pH: 5.5 to 8.5. 19
5. Liquid Limit: 50 or less 20
6. Plasticity Index: 20 or less 21
7. Gradation: maximum of 10 percent passing No. 200 sieve 22
B. Water: Clean and free of industrial wastes and other substances harmful to the growth 23
of vegetation 24
2.3 ACCESSORIES [NOT USED] 25
2.4 SOURCE QUALITY CONTROL [NOT USED] 26
PART 3 - EXECUTION 27
3.1 INSTALLERS [NOT USED] 28
3.2 EXAMINATION [NOT USED] 29
3.3 PREPARATION [NOT USED] 30
3.4 INSTALLATION 31
A. Finishing of Parkways 32
1. Smoothly shape parkways, shoulders, slopes, and ditches. 33
2. Cut parkways to finish grade prior to the placing of any improvements in or 34
adjacent to the roadway. 35
3. In the event that unsuitable material for parkways is encountered, extend the depth 36
of excavation in the parkways 6 inches and backfill with top soil. 37
32 91 19 - 3
TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS
Page 3 of 3
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
4. Make standard parkway grade perpendicular to and draining to the curb line. 1
a. Minimum: 1/4 inch per foot 2
b. Maximum: 4:1 3
c. City may approve variations from these requirements in special cases. 4
5. Whenever the adjacent property is lower than the design curb grade and runoff 5
drains away from the street, the right-of-ways grade must be set level with the top 6
of the curb. 7
6. The design grade from the right-of-ways extends to the back of the walk line. 8
7. From that point (behind the walk), the grade may slope up or down at maximum 9
slope of 4:1. 10
B. Placing of Topsoil 11
1. Spread the topsoil to a uniform loose cover at the thickness specified. 12
2. Place and shape the topsoil as directed. 13
a. Hand tamp or roll topsoilsurface (with hand tamper or landscaping roller or 14
other accepted method) and finish a minimum of 5 feet from all flatwork. 15
b. Ensure topsoil is free from objectionable material including subsoil, weeds, 16
clay lumps, non-soil materials, roots, stumps or stones larger than 1.0 inches 17
c. No additional topsoil should be added within the critical root zone of trees. 18
3. Tamp the topsoil with a light roller or other suitable equipment. 19
3.5 REPAIR/RESTORATION] [NOT USED] 20
3.6 RE-INSTALLATION [NOT USED] 21
3.7 FIELD QUALITY CONTROL [NOT USED] 22
3.8 SYSTEM STARTUP [NOT USED] 23
3.9 ADJUSTING [NOT USED] 24
3.10 CLEANING [NOT USED] 25
3.11 CLOSEOUT ACTIVITIES [NOT USED] 26
3.12 PROTECTION [NOT USED] 27
3.13 MAINTENANCE [NOT USED] 28
3.14 ATTACHMENTS [NOT USED] 29
END OF SECTION 30
31
Revision Log
DATE NAME SUMMARY OF CHANGE
3/11/2022 M Owen Revised title of specification and provided clarifications in Sections 1.1 Summary,
2.2 Materials, 3.4 Installation
32
32 92 13 - 1
SODDING
Page 1 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised May 13, 2021
SECTION 32 92 13 1
SODDING 2
3
PART 1 - GENERAL 4
1.1 SUMMARY 5
A. Section Includes: 6
1. Furnishing and installing grass sod as shown on Drawings, or as directed. 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. None. 9
C. Related Specification Sections include, but are not necessarily limited to: 10
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11
2. Division 1 - General Requirements 12
3. Section 31 10 00 – Site Clearing 13
4. Section 32 91 19 – Topsoil Placement and Finishing of Parkways 14
5. Section 32 84 23 - Irrigation 15
1.2 PRICE AND PAYMENT PROCEDURES 16
A. Measurement and Payment 17
1. Sod Placement 18
a. Measurement 19
1) Measurement for this Item shall be by the square yard of Sod complete in 20
place for uniform vegetative coverage. 21
b. Payment 22
1) The work performed and materials furnished in accordance with this Item 23
and measured as provided under “Measurement” will be paid for at the unit 24
price bid per square yard of Sod placed. 25
c. The price bid shall include: 26
1) Surface preparation, scarifying subgrade, cleaning, and fine grading as 27
described in section 3.3 Preparation 28
2) Furnishing and placing all sod (until established complete in place with no 29
gaps or overlaps) 30
3) Rolling and tamping 31
4) Watering (until established) 32
5) Fertilizer, if required by City to be determined by soil test 33
6) Disposal of surplus materials off site or as directed by City 34
7) Weed removal (until established) 35
8) Mowing of two cycles, beginning at thirty (30) days from installation or 36
when blade height is 4” or greater, whichever comes first 37
9) Mowing cycles shall be spaced a minimum of ten (10) days apart (until 38
established) 39
d. Exceptions to c. include the following for areas to be turned over to adjacent 40
properties for maintenance: 41
32 92 13 - 2
SODDING
Page 2 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised May 13, 2021
1) Sod shall be watered until turned over to adjacent property owner for 1
maintenance 2
2) Fertilization will not be required 3
3) Mowing not required for projects in areas where maintenance will be 4
immediately turned over to adjacent property owners 5
2. Mowing 6
a. Measurement 7
1) Measurement for this Item shall be per each for the project, beyond the two 8
(2) mow cycles included in sodding price, as approved and directed by the 9
City 10
b. Payment 11
1) The work performed and materials furnished in accordance with this Item 12
and measured as provided under “Measurement” will be paid for at the unit 13
price bid per each. 14
1.3 REFERENCES [NOT USED] 15
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16
1.5 ACTION SUBMITTALS [NOT USED] 17
1.6 INFORMATIONAL SUBMITTALS 18
A. Certifications, Samples and Documentation 19
1. Certificates and/or labels and samples of sod, fertilizer, compost, soil amendments 20
and/or other materials, including a certificate from the vendor indicating sod is free 21
from weeds. 22
2. Delivery receipts and copies of invoices for materials used for this work shall be 23
subject to verification by the City 24
B. Exceptions 25
1. Certifications, samples and associated documentation will not be required for sod to 26
be turned over to adjacent property owner for maintenance 27
1.7 CLOSEOUT SUBMITTALS [NOT USED] 28
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29
1.9 QUALITY ASSURANCE 30
A. Developer/contractor who plants material is responsible for the supervision of crew, the 31
site, and the maintenance of the material until the project is accepted by the City 32
1.10 DELIVERY, STORAGE, AND HANDLING 33
A. Sod 34
1. Protect from exposure to wind, sun and freezing. 35
2. Keep stacked sod moist, consistently throughout stack. 36
3. Sod upon delivery may be inspected by City 37
4. Harvesting and planting operations shall be coordinated with not more than 38
seventy-two (72) hours elapsing between harvesting and placement, rolling, 39
tamping, and watering of sod. 40
B. Fertilizer, as determined by soil testing report provided to Contractor, if specifically 41
required by City for the project. 42
32 92 13 - 3
SODDING
Page 3 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised May 13, 2021
1. Provide unopened bags labeled with the manufacturer’s guaranteed fertilizer 1
analysis. 2
2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63. 3
3. Provide to City application rate for which fertilizer will be applied. 4
1.11 FIELD [SITE] CONDITIONS 5
A. Grading of site and installation of topsoil must be approved by City prior to application 6
of sod. 7
1.12 WARRANTY 8
A. Warranty Period: Until project acceptance or through required maintenance period, 9
whichever is longer duration of time. 10
B. Warrant sod against defects in product, installation and workmanship. 11
1. Exceptions include 12
a. When maintenance is transferred to the adjacent property owner during the 13
project or after project acceptance 14
b. Vandalism caused by persons other than contractor or subcontractors of this 15
project 16
c. Improper watering by persons other than contractor or subcontractors of this 17
project 18
d. Damage caused by vehicles or equipment other than contractor or 19
subcontractors of this project. 20
e. Sod that goes dormant after job acceptance 21
PART 2 - PRODUCTS 22
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 23
2.2 MATERIALS AND EQUIPMENT 24
A. Materials 25
1. Sod 26
a. Sod Varieties (match existing if applicable) 27
1) "Cynodon dactylon TIF419" or “TIFWAY” or “TIFTUF” (Bermudagrass 28
hybrid) 29
2) or an approved St. Augustine grass 30
3) or an approved Zoysia grass 31
b. Sod must contain stolons, leaf blades, rhizomes and roots as appropriate to 32
species. 33
c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 34
foreign materials and weeds and grasses deleterious to its growth or which 35
might affect its subsistence or hardiness when transplanted. 36
1) Johnsongrass not allowed 37
2) Nutgrass not allowed 38
3) Millet not allowed 39
d. Sod shall have been produced on growing beds of clay or clay loam topsoil. 40
e. Sod must not be harvested or planted when its moisture condition is so 41
excessively wet or dry that its survival will be affected. 42
2. Minimum sod thickness: 1/2-inch minimum 43
32 92 13 - 4
SODDING
Page 4 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised May 13, 2021
a. Maximum grass height: 2-inches 1
b. Dimensions 2
1) Machine cut to uniform soil thickness. 3
2) Sod is to be cut in strips 16-inches wide and 24-inches long or approved 4
equal. 5
3) Sod shall be of equal width and of a size that permits the sod to be lifted, 6
handled and rolled without breaking. 7
c. Broken or torn sod or sod with uneven ends shall be rejected. 8
d. Temporary Erosion Control or Over Seed of dormant sod– consist of the 9
sowing of cool season plant seed. Seed must be included between November 1 10
through March 1 or as directed by the City. 11
12
13
Common Name Botanical Name Lbs./Acre
broadcast
method
Lbs./Acre
drilled seed
method
Elbon Rye Secale cereale 100-120 80-100
3. Fertilizer to be installed only as directed by City or as indicated in construction 14
documents 15
a. Determined by soil testing report 16
b. Acceptable condition for distribution per manufacturer’s instructions 17
c. Applied uniformly over sod area. Do not fertilize inside the dripline of trees, or 18
Tree Protection Area. 19
4. Topsoil: See Section 32 91 19. 20
5. Water: clean and free of industrial wastes or other substances harmful to the 21
germination of seed or to the growth of the vegetation. 22
2.3 ACCESSORIES 23
A. SOD PINS 24
1. Metal 25
2. Wood pegs 26
2.4 SOURCE QUALITY CONTROL [NOT USED] 27
PART 3 - EXECUTION 28
3.1 INSTALLERS [NOT USED] 29
3.2 EXAMINATION 30
A. City may examine site grading to ensure it conforms to approved drawings, prior to 31
installing sod. 32
1. City will notify Contractor if grading is to be inspected prior to sod installation. 33
2. If required for specific project, Contractor must coordinate inspection seventy-two 34
(72) hours prior to cutting of sod and delivery 35
B. Sod may be inspected by City upon delivery. 36
3.3 PREPARATION 37
A. Surface Preparation: clear surface of all material including the following and dispose of 38
off-site or as directed by City: 39
32 92 13 - 5
SODDING
Page 5 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised May 13, 2021
1. Stumps, stones, and other objects larger than 1-inch. 1
2. Roots, brush, wire, stakes, etc. 2
3. Any objects that may interfere with sodding or maintenance. 3
B. Scarify Subgrade 4
1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 5
2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City 6
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 14
Protection Area, or canopy dripline. 15
C. Cleaning 16
1. Soil shall be further prepared by the removal of debris, building materials, rubbish, 17
and rock 1-inch and greater, and weeds. 18
2. Remove and dispose of debris off-site. 19
D. Fine Grading: 20
1. After scarifying or tilling and cleaning, all areas to be sodded shall have 3-inches of 21
topsoil placed, be leveled, fine graded by use of weighted spike and harrow, or float 22
drag, or hand grading to eliminate ruts, depressions, humps, and objectionable soil 23
clods. This shall be the final soil preparation step to be completed prior to 24
inspection before sodding. 25
2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 26
3.4 INSTALLATION 27
A. General 28
1. Do not lay sod when ground is frozen. 29
2. Over-seeding with Elbon Rye shall be included from November 1 until March 1. 30
Refer to Section 32 92 14 “Seeding” for seed rates. 31
B. Installation 32
1. Plant sod specified after the area has been inspected and accepted by City for 33
planting 34
2. Scarify 2-inches of subgrade and place a minimum of 3-inches of topsoil per 35
Section 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 39
excavating, hauling and planting. 40
5. Keep sod material moist from the time it is dug until planted. Dry sod shall be 41
rejected. 42
32 92 13 - 6
SODDING
Page 6 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised May 13, 2021
6. Fill in slumped areas due to watering to keep sod moist. 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 16
and 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 Project or 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 37
or 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
32 92 13 - 7
SODDING
Page 7 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised May 13, 2021
5. Sod shall not be considered finally accepted until the sod has started to peg down 1
(roots growing into the soil) and is free from dead blocks of sod. 2
B. Acceptance 3
1. Sod shall be accepted once fully established. 4
a. Sodded area must have 100 percent ground coverage and a blade height of 3-5
inches with 2 mow cycles, minimum ten (10) days apart, performed by the 6
Contractor prior to consideration of acceptance by the City. 7
b. Grass shall be actively growing and free of disease and pests. 8
c. Ground surface to be smooth and free of foreign material and rock or clods 1-9
inch diameter and greater. 10
C. Replanting 11
1. Replant areas with dead blocks of sod (50 percent of individual block or greater). 12
D. Rejection 13
1. City may reject sod area based on the following items prior to final acceptance: 14
a. Weed populations 15
b. Poor installation including but not limited to gaps and/or overlapping sod 16
c. Disease and/or pests 17
d. Insufficient or over watering 18
e. Poor or improper maintenance 19
f. Soil settlement in excess of 1-inch. 20
3.14 ATTACHMENTS [NOT USED] 21
END OF SECTION 22
23
Revision Log
DATE NAME SUMMARY OF CHANGE
May 13, 2021 M Owen
Removed information and details regarding seed, native grasses and wildflowers.
These items are addressed in new specification 32 92 14 and Parks specification for
native grasses/wildflowers. Items pertaining to fertilizer throughout document
updated to include soil testing. Remove and replace “block sod” with “sod”
throughout document. Updated 1.2 payment measurement. 3.3 Preparation updated to
reflect current industry tree care standards for root zone disturbance. 3.4 Installation
added descriptions to clarify acceptable installation. 3.13 Maintenance added
descriptions to clarify acceptance and rejection of sodded areas including growth,
mow cycle and watering. Inserted exceptions associated with sod to be turned over to
adjacent property owner.
24
32 92 13 - 1
HYDROMULCHING, SEEDING AND SODDING
Page 1 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 13, 2021
SECTION 32 92 14 1
NON-NATIVE SEEDING 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Furnishing and installing grass seed as shown on Drawings, or as directed. 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10
2. Division 1 - General Requirements 11
3. Section 31 10 00 – Site Clearing 12
4. Section 32 91 19 – Topsoil Placement and Finishing of Parkways 13
5. Section 32 84 23 – Irrigation (if used) 14
1.2 PRICE AND PAYMENT PROCEDURES 15
A. Measurement and Payment 16
1. Seeding 17
a. Measurement 18
1) Measurement for this Item shall be by the square yard of Seed spread, 19
complete in place for uniform vegetative coverage. 20
b. Payment 21
1) Unit Price - The work performed and materials furnished in accordance 22
with this Item and measured as provided under “Measurement” will be paid 23
for at the unit price bid per square yard of Seed placed for various 24
installation methods. 25
2) Lump Sum Price - The work performed and materials furnished in 26
accordance with this Item and measured as provided under 27
“Measurement” will be included in the total lump sum price. 28
c. The price bid shall include: 29
1) Surface preparation, scarifying subgrade, cleaning, and fine grading as 30
described in section 3.3 Preparation 31
2) Furnishing and placing all Seed (until established complete in place) 32
3) Perform soil testing, if requirement is included on construction drawings, as 33
directed by City 34
4) Furnishing and applying water Slurry and hydraulic mulching, if using 35
method 36
5) Fertilizer, if required by City to be determined by soil test 37
6) Soil Retention Blanket, if required on construction drawings, as directed by 38
City 39
7) Watering (until established) 40
8) Disposal of surplus materials off site or as directed by City 41
9) Weed Removal (until established) 42
32 92 13 - 2
HYDROMULCHING, SEEDING AND SODDING
Page 2 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 13, 2021
10) Minimum mowing of two cycles, beginning forty-five (45) days from 1
germination or when blade height it 4" or greater, whichever comes first 2
11) Mowing cycles shall be spaced a minimum of ten (10) days apart (until 3
established) 4
2. Mowing 5
a. Measurement 6
1) Measurement for this Item shall per each, beyond the minimum of two (2) 7
mow cycles included in seeding price, as approved and directed by the City. 8
b. Payment 9
1) Unit Price - The work performed and materials furnished in accordance 10
with this Item and measured as provided under “Measurement” will be paid 11
for at the unit price bid per each. 12
2) Lump Sum Price - The work performed and materials furnished in 13
accordance with this Item and measured as provided under 14
“Measurement” will be included in the total lump sum price. 15
16
1.3 REFERENCES [NOT USED] 17
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18
1.5 ACTION SUBMITTALS [NOT USED] 19
1.6 INFORMATIONAL SUBMITTALS 20
A. Certifications, Samples and Documentation 21
1. As requested by the City, certificates and/or labels and samples of seed, fertilizer, 22
compost, soil amendments and/or other materials, including a certificate from the 23
vendor indicating seed is free from weeds. 24
a. Seeds 25
1) Vendors’ certification that seeds meet Texas State seed law including: 26
a) Testing and labeling for pure live seed (PLS) 27
b) Name and type of seed 28
2) All seed shall be tested in a laboratory with certified results presented to the 29
City in writing, prior to planting. 30
3) All seed to be of the previous season's crop and the date on the container 31
shall be within twelve (12) months of the seeding date. 32
2. All delivery receipts and copies of invoices for materials used for this work shall be 33
subject to verification by the City. 34
1.7 CLOSEOUT SUBMITTALS [NOT USED] 35
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36
1.9 QUALITY ASSURANCE 37
A. Developer/contractor who plants material is responsible for the supervision of his crew, 38
the site, and the maintenance of the material until the project is accepted by the City. 39
1.10 DELIVERY, STORAGE, AND HANDLING 40
A. Seed 41
1. Shall be Bermuda and/or Elbon Rye seed unless otherwise specified. 42
32 92 13 - 3
HYDROMULCHING, SEEDING AND SODDING
Page 3 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 13, 2021
2. Each species of seed shall be supplied in a separate, labeled container for 1
acceptance by the City. 2
B. Fertilizer, as determined by soil testing report provided to Contractor or as directed by 3
City 4
1. Provide unopened bags labeled with the analysis. 5
2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63. 6
3. Provide to City application rate for which fertilizer will be applied. 7
1.11 FIELD [SITE] CONDITIONS 8
A. Grading of site and installation of topsoil must be approved by City prior to application 9
of seed. 10
1.12 WARRANTY 11
A. Seed to be replaced if coverage does not exceed 70 percent within forty-five (45) days 12
from germination. 13
B. Warranty Period: until job acceptance or through maintenance period, whichever is 14
longer duration of time. 15
C. Warrant seed against defects in product, installation and workmanship. 16
1. Exceptions include 17
a. Vandalism caused by persons other than contractor or subcontractors of this 18
project 19
b. Improper watering or maintenance by persons other than contractor or 20
subcontractors of this project 21
c. Damage caused by vehicles or equipment other than contractor or 22
subcontractors of this project. 23
PART 2 - PRODUCTS 24
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 25
2.2 MATERIALS AND EQUIPMENT 26
A. Materials 27
1. Seed 28
a. General 29
1) Plant all seed at rates based on pure live seed (PLS) 30
a) Pure Live Seed (PLS) determined using the formula: 31
(1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + 32
Percent Firm or Hard Seed) + 100] 33
2) Availability of Seed 34
a) Substitution of individual seed types due to lack of availability may be 35
done through the submittal process for review and approval by City. 36
b) Notify the City prior to bidding of difficulties locating certain species. 37
3) Weed seed 38
a) Not exceed one percent by weight of the total of pure live seed (PLS) 39
and other material in the mixture 40
b) Seed not allowed: 41
(1) Johnson grass 42
(2) Nutgrass 43
32 92 13 - 4
HYDROMULCHING, SEEDING AND SODDING
Page 4 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 13, 2021
(3) Millet 1
4) Harvest seed within twelve (12) months prior to planting 2
b. Non-native Grass Seed 3
1) Plant between March 21 and October 31 4
5
Lbs.
PLS/Acre
Common Name Botanical Name Purity
(percent)
Germination
(percent)
75 Bermuda (hulled) Cynodon dactylon 95 90
2) Plant between November 1 and March 20 6
7
Lbs.
PLS/Acre
Common Name Botanical Name Purity
(percent)
Germination
(percent)
25 Bermuda (unhulled) Cynodon dactylon 85 90
8
c. Temporary Erosion Control Seed - Consist of the sowing of cool season plant 9
seeds. Plant mix below must be included with Bermuda between November 1 10
through March 1. 11
12
Common Name Botanical Name Lbs./Acre
broadcast
method
Lbs./Acre
drilled seed
method
Elbon Rye Secale cereale 100-120 80-100
13
2. Hydromulch 14
a. For use with conventional mechanical or hydraulic planting of seed. 15
b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 16
(waste products from paper mills or recycled newspaper). 17
c. No growth or germination inhibiting factors. 18
d. No more than ten percent moisture, air dry weight basis. 19
e. Additives: binder in powder form. 20
f. Form a strong moisture retaining mat. 21
3. Fertilizer to be installed only as directed by City or as indicated in construction 22
documents 23
a. Determined by soil testing report 24
b. Acceptable condition for distribution per manufacturer’s instructions 25
c. Applied uniformly over the seeded area. Do not fertilize inside the dripline of 26
trees, or Tree Protection Area. 27
4. Topsoil: See Section 32 91 19. 28
5. Water: clean and free of industrial wastes or other substances harmful to the 29
germination of the seed or to the growth of the vegetation. 30
31
2.3 ACCESSORIES 32
A. Soil Retention Blanket 33
1. Biodegradable Erosion Control Blanket made from natural fibers including 34
coconut, straw, or wood fiber. 35
2. As specified for sloped areas or as directed, not for general use. 36
32 92 13 - 5
HYDROMULCHING, SEEDING AND SODDING
Page 5 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 13, 2021
1
2.4 SOURCE QUALITY CONTROL [NOT USED] 2
PART 3 - EXECUTION 3
3.1 INSTALLERS [NOT USED] 4
3.2 EXAMINATION 5
A. City may examine site grading to ensure grading conforms to approved drawings, prior 6
to installation of seed. 7
1. City will notify Contractor if grading is to be inspected prior to seed installation. 8
3.3 PREPARATION 9
A. Surface Preparation: clear surface of all material including the following and dispose of 10
off-site or as directed by City: 11
1. Stumps, stones, and other objects larger than 1-inch. 12
2. Roots, brush, wire, stakes, etc. 13
3. Any objects that may interfere with seeding or maintenance. 14
B. Scarify Subgrade 15
1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 16
2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City 17
approval 18
a. For tilled areas, use a heavy-duty disc or a chisel-type breaking plow, chisels 19
set not more than 10-inches apart. 20
b. Initial tillage shall be done in a crossing pattern for double coverage, then 21
followed by a disc harrow. Depth of tillage may be up to 3-inches. 22
c. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 23
seed/water run-off 24
3. Areas near trees: Do not till within dripline of tree. Do not disturb the Tree 25
Protection Area, or canopy dripline. 26
C. Cleaning 27
1. Soil shall be further prepared by the removal of debris, building materials, rubbish, 28
and rock 1-inch and greater, and weeds. 29
D. Fine Grading: 30
1. After scarifying or tilling and cleaning, all areas to be seeded shall have 3-inches of 31
topsoil placed, be leveled, fine graded, and a weighted spike and harrow or float 32
drag. The required shall be the elimination of ruts, depressions, humps, and 33
objectionable soil clods. This shall be the final soil preparation step to be completed 34
prior to inspection before seeding. 35
2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 36
3.4 INSTALLATION 37
A. General 38
1. Seed only those areas indicated on the Drawings and areas disturbed by 39
construction. 40
32 92 13 - 6
HYDROMULCHING, SEEDING AND SODDING
Page 6 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 13, 2021
2. Mark each area to be seeded in the field prior to seeding for City approval. 1
3. Provide written notice of installation and maintenance schedule to resident or 2
business adjacent to the project 3
B. Broadcast Seeding 4
1. Broadcast seed in two (2) directions at right angles to each other. 5
2. Harrow or rake lightly to cover seed. 6
3. Never cover seed with more soil than twice its diameter. 7
C. Mechanically Seeding (Drilling): 8
1. Uniformly distribute seed over the areas shown on the Drawings or as directed. 9
2. All varieties of seed and fertilizer, as determined by soil testing report, may be 10
distributed at the same time provided that each component is uniformly applied at 11
the specified rate. 12
3. Drill seed at a depth of 1/4-inch to 3/8-inch utilizing a pasture or rangeland type 13
drill. 14
4. Drill on the contour of slopes 15
5. After planting roll with a roller integral to the seed drill, or a corrugated roller of the 16
"Cultipacker" type. 17
6. Roll slope areas on the contour. 18
D. Hydromulching (only as approved by submittals) 19
1. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 20
a. Mixture is uniformly suspended to form a homogenous slurry. 21
b. Mixture forms a blotter-like ground cover impregnated uniformly with grass 22
seed. 23
c. Mixture is applied within thirty (30) minutes after placed in the equipment. 24
2. Placing 25
a. Uniformly distribute in the quantity specified over the areas shown on the 26
Drawings or as directed. 27
E. Fertilizing, as determined by soil testing report: uniformly apply fertilizer over seeded 28
area. 29
1. No fertilizer shall be applied within The Tree Protection Area, or dripline of trees. 30
F. Watering 31
1. Furnish water by means of temporary metering / irrigation, water truck or by any 32
other method necessary to achieve an acceptable stand of turf as defined in 3.13. 33
2. Water source shall be clean and free of industrial waste or other substances harmful 34
to the germination of the seed or growth of the vegetation. 35
3. Water soil to a minimum depth of 4-inches within forty-eight (48) hours of seeding. 36
4. Water at least twice daily for fourteen (14) days after seeding in such a manner as to 37
prevent washing of the slopes or dislodgement of the seed, or as directed by the 38
City. 39
5. On day fifteen (15), apply an amount of water that is equal to the average amount of 40
rainfall plus 1/2-inch per week until final acceptance by City. 41
42
32 92 13 - 7
HYDROMULCHING, SEEDING AND SODDING
Page 7 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 13, 2021
3.5 REPAIR/RESTORATION [NOT USED] 1
3.6 RE-INSTALLATION [NOT USED] 2
3.7 FIELD QUALITY CONTROL [NOT USED] 3
3.8 SYSTEM STARTUP [NOT USED] 4
3.9 ADJUSTING [NOT USED] 5
3.10 CLEANING [NOT USED] 6
3.11 CLOSEOUT ACTIVITIES 7
3.12 PROTECTION [NOT USED] 8
3.13 MAINTENANCE 9
A. Seeded Areas 10
1. Water and mow seeded area until completion and final acceptance of the Project or 11
as directed by the City. 12
2. Maintain the seeded area until each of the following is achieved: 13
a. Vegetation is evenly distributed 14
b. Vegetation is free from bare areas 15
c. Trim and maintain along edges including curbs, drives, and walkways with 16
maximum 1-inch surface elevation change. 17
d. Includes protection, reseeding, and maintaining grades with no settlement over 18
1-inch, and immediate repair of erosion damage until the project receives final 19
acceptance. 20
B. Acceptance 21
1. Turf will be accepted once fully established as follows: 22
a. Seeded area must have minimum 70 percent uniform ground coverage without 23
bare areas greater than six-inches square or thirty-six (36) square inches and 24
blade height of 3-inches with two (2) mow cycles, minimum ten (10) days 25
apart, performed by the Contractor prior to consideration of acceptance by the 26
City. 27
b. Grass shall be actively growing and free of disease and pests. 28
c. Ground surface to be smooth and free of foreign material and rocks or clods 1-29
inch diameter and greater. 30
C. Rejection 31
1. City may reject seeded area based on the following items: 32
a. Weed populations 33
b. Poor installation including lack of coverage 34
c. Disease and/or pests 35
d. Insufficient or over watering 36
e. Poor or improper maintenance 37
f. Soil settlement in excess of 1-inch 38
3.14 ATTACHMENTS [NOT USED] 39
END OF SECTION 40
41
32 92 13 - 8
HYDROMULCHING, SEEDING AND SODDING
Page 8 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 13, 2021
1
Revision Log
DATE NAME SUMMARY OF CHANGE
5/13/2021 C Moon
Removed information and details regarding sod, native grasses and wildflowers.
These items are addressed in 32 92 13 and new specification 32 92 15. Updated 1.2
payment measurement. Items pertaining to fertilizer throughout document updated to
include soil testing. 2.2 planting dates updated to reflect typical frost dates. 3.3
Preparation updated to reflect current industry tree care standards for root zone
disturbance. 3.4 Installation added descriptions to clarify watering. 3.13 Maintenance
added descriptions to clarify acceptance and rejection of seeded areas including
growth, mow cycle and watering.
2
32 93 43 - 1
TREES AND SHRUBS
Page 1 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
SECTION 32 93 43 1
TREES AND SHRUBS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Tree and shrub planting and maintenance within street right-of-way and easements. 6
2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. None. 9
C. Related Specification Sections include, but are not necessarily limited to: 10
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11
2. Division 1 - General Requirements 12
3. Section 31 10 00 – Site Clearing 13
4. Section 32 92 13 - Hydromulching, Seeding and Sodding 14
5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 15
1.2 PRICE AND PAYMENT PROCEDURES 16
A. Measurement and Payment 17
1. Plant Tree 18
a. Measurement 19
1) Measurement for this Item shall be per each by caliper inch. 20
b. Payment 21
1) The work performed and materials furnished in accordance with this Item 22
and measured as provided under “Measurement” will be paid for at the unit 23
price bid per each tree to be Planted by caliper inch. 24
c. The price bid shall include: 25
1) Furnishing and installing trees 26
2) Hauling 27
3) Grading and backfilling 28
4) Excavation 29
5) Fertilization 30
6) Water 31
7) Removing and disposing of surplus material 32
1.3 REFERENCES 33
A. Reference Standards 34
1. Reference standards cited in this specification refer to the current reference standard 35
published at the time of the latest revision date logged at the end of this 36
specification, unless a date is specifically cited. 37
2. American National Standards Institute (ANSI): 38
a. ANSI Z60.1, American Standard for Nursery Stock 39
3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing 40
Co., New York. 41
32 93 43 - 2
TREES AND SHRUBS
Page 2 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1
1.5 ACTION SUBMITTALS [NOT USED] 2
1.6 INFORMATIONAL SUBMITTALS 3
A. Tree data: Submit certification from supplier that each type of tree conforms to 4
specification requirements. 5
1.7 CLOSEOUT SUBMITTALS [NOT USED] 6
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7
1.9 QUALITY ASSURANCE 8
A. Coordination 9
1. Coordinate with City Forester prior to beginning construction activities adjacent to 10
or that will impact existing trees and shrubs. 11
B. Qualifications 12
1. Landscaper specialized in landscape and planting work 13
C. Substitutions 14
1. Not permitted unless approved by City when specified planting material is not 15
obtainable 16
a. Submit proof of non-availability together with proposal for use of equivalent 17
material. 18
b. Substitutions of larger size or better grade than specified will be allowed upon 19
approval by City Forester, but with no increase in unit price. 20
1.10 DELIVERY, STORAGE, AND HANDLING 21
A. Do not remove container grown stock from containers before time of planting. 22
B. Delivery and Acceptance Requirements 23
1. Ship trees with Certificates of Inspection as required by governing authorities. 24
2. Label each tree and shrub with securely attached waterproof tag bearing legible 25
designation of botanical and common name. 26
3. Use protective covering during delivery. 27
4. Deliver packaged materials in fully labeled original containers showing weight, 28
analysis and name of manufacturer. 29
C. Storage and Handling Requirements 30
1. Protect materials from deterioration during delivery, and while stored at Site. 31
2. Do not prune prior to installation. 32
3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark, break 33
branches, or destroy natural shape. 34
1.11 FIELD CONDITIONS [NOT USED] 35
1.12 WARRANTY 36
A. Warranty Period: 12 months after job acceptance 37
B. Warrant trees against defects including: 38
1. Death 39
32 93 43 - 3
TREES AND SHRUBS
Page 3 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
2. Unsatisfactory growth 1
3. Loss of shape due to improper pruning, maintenance, or weather conditions 2
C. Plumb leaning trees during warranty period. 3
D. Remove and replace trees found to be dead during warranty period. 4
E. Remove and replace trees which are in doubtful condition at end of warranty period, or 5
when approved by City, extend warranty period for trees for full growing season. 6
PART 2 - PRODUCTS 7
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8
2.2 MATERIALS 9
1. General 10
a. Plants shall be true to species and variety specified, grown under climatic 11
conditions similar to those in the locality of the project for at least 2 years and 12
have been freshly dug during the most recent favorable harvest season. 13
b. All plant names and descriptions are as defined in Hortus Third. 14
c. All plants are to be grown and harvested in accordance with the American 15
Standard for Nursery Stock. 16
d. Unless approved by the City Forester, plants shall have been grown in a latitude 17
not more than 200 miles north or south of the latitude of the project unless the 18
provenance of the plant can be documented to be compatible with the latitude 19
and cold hardiness zone of the planting location. 20
2. Trees 21
a. Provide container grown trees which are straight and symmetrical and have 22
persistently preferred main leader. 23
b. Mark the tree’s north orientation in the nursery for all deciduous trees grown in 24
the field with a 1-inch diameter spot of white paint on the tree trunk within the 25
bottom twelve inches of the trunk. 26
c. Crown shall be in good overall proportion to entire height of tree with 27
branching configuration as recommended by ANSI Z60.1 for type and species 28
specified. 29
d. Trees designated as balled and burlapped (B&B) shall be properly dug with 30
firm, natural balls of soil retaining as many fibrous roots as possible, in sizes 31
and shapes as specified in the American Standard for Nursery Stock. Balls shall 32
be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and 33
heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface 34
of ball. Trees with loose, broken, processed, or manufactured root balls will not 35
be accepted, except with special written approval before planting. 36
e. Where clump is specified, furnish plant having minimum of three stems 37
originating from common base at ground line. 38
f. Measure trees by average caliper of trunk as follows: 39
1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches 40
above top of root ball. 41
2) For trunks more than 4 inches, measure caliper 12 inches above top of root 42
ball. 43
3) Caliper measurements 44
a) By diameter tape measure 45
32 93 43 - 4
TREES AND SHRUBS
Page 4 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
b) Indicated calipers on Drawings are minimum 1
c) Averaging of plant caliber: not permitted 2
g. Trees shall conform to following requirements: 3
1) Healthy 4
2) Vigorous stock 5
3) Grown in recognized nursery 6
4) Free of: 7
a) Disease 8
b) Insects 9
c) Eggs 10
d) Larvae 11
e) Defects such as: 12
(1) Knots 13
(2) Sun-scald 14
(3) Injuries 15
(4) Abrasions 16
(5) Disfigurement 17
(6) Borers and infestations 18
3. Soil Products 19
a. Topsoil: See 32 91 19. 20
b. Peat moss, mulch and fertilizer: Use material recommended by City Forester 21
for establishment of healthy stock after replanting. 22
4. Stakes and Guys 23
a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. 24
b. Where applicable for anchoring trees, use wood deadmen: 25
1) Minimum: 2-inch by 4-inch stock 26
2) Minimum: 36 inches long and buried 3 feet. 27
3) Provide white surveyor's plastic tape for flagging tree guys. 28
5. Tree Wrap, Twine and Seal 29
a. Wrap 30
1) First quality 31
2) Bituminous impregnated tape 32
3) Corrugated or crepe paper, specifically manufactured for tree wrapping and 33
having qualities to resist insect infestation 34
b. Twine 35
1) Lightly tarred, medium-coarse sisal (lath) yarn 36
2) Do not use nails or staples to fasten wrapping 37
c. Seal: Commercially available tree wound dressing specifically produced for use 38
in sealing tree cuts and wounds 39
6. Water: clean and free of industrial wastes or other substances harmful to the growth 40
of the tree 41
2.3 ACCESSORIES [NOT USED] 42
2.4 SOURCE QUALITY CONTROL 43
A. Notify City, prior to installation, of location where trees that have been selected for 44
planting may be inspected. 45
B. Plant material will be inspected for compliance with following requirements. 46
1. Genus, species, variety, size and quality 47
32 93 43 - 5
TREES AND SHRUBS
Page 5 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
2. Size and condition of balls and root systems, insects, injuries and latent defects 1
PART 3 - EXECUTION [NOT USED] 2
3.1 INSTALLERS [NOT USED] 3
3.2 EXAMINATION [NOT USED] 4
3.3 PREPARATION 5
A. General 6
1. Schedule work so that planting can proceed rapidly as portions of site become 7
available. 8
2. Plant trees after final grades are established and prior to seeding or sodding. 9
3. When planting of trees occurs after seeding work, protect seeded areas and 10
promptly repair damage to seeded areas resulting from tree planting operations in 11
compliance with requirements of Section 32 92 13. 12
4. Layout individual trees at locations shown on Drawings. 13
5. In case of conflicts, notify City before proceeding with work. 14
6. Stake trees for City approval. 15
B. Preparation of Planting Soil 16
1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other 17
extraneous materials harmful or toxic to plant growth. 18
2. Strip and utilize 4 inch layer of top soil from existing ground. 19
3. Delay mixing of fertilizer when planting will not follow placing of planting soil 20
within 48 hours. 21
4. Incorporate amendments into soil as part of soil preparation process prior to fine 22
grading, fertilizing, and planting. 23
5. Broadcast or spread amendments evenly at specified rate over planting area. 24
6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until 25
amendments are pulverized and have become homogeneous layer of topsoil ready 26
for planting. 27
3.4 INSTALLATION 28
A. Planting 29
1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation 30
raised minimum of 6 inches at center for proper drainage. 31
2. Provide following minimum widths: 32
a. 15 gallon containers or larger, 2 feet wider than diameter of root ball 33
b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 34
3. When conditions detrimental to plant growth are encountered, such as 35
unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before 36
planting. 37
4. Deliver trees after preparations for planting have been completed and plant 38
immediately. 39
5. When planting is delayed more than 6 hours after delivery 40
a. Set trees and shrubs in shade. 41
32 93 43 - 6
TREES AND SHRUBS
Page 6 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
b. Protect from weather and mechanical damage. 1
c. Keep roots moist by covering with mulch, burlap, or other acceptable means of 2
retaining moisture, and water as needed. 3
6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 4
sufficient width not to damage the root balls. Do not lift trees by their trunk as a 5
lever in positioning or moving the tree in the planting area. 6
7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull 7
roots out of the root mat, and cut circling roots with a sharp knife. Loosen the 8
potting medium and shake away from the root mat. Immediately after removing the 9
container, install the plant such that the roots do not dry out. Pack planting mix 10
around the exposed roots while planting. 11
8. Cut ropes or strings from the top of root balls and trees after plant has been set. 12
Remove burlap or cloth wrapping and any wire baskets from around top half of 13
balls. Do not turn under and bury portions of burlap at top of ball. Set balled and 14
burlapped trees in the hole with the north marker facing north. 15
9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 16
10. Place plants at level that, after settlement, natural relationship of plant crown with 17
ground surface will be established. 18
11. When set, place additional backfill around base and sides of ball, and work each 19
layer to settle backfill and eliminate voids and air pockets. 20
12. When excavation is approximately 2/3 full, water thoroughly before placing 21
remainder of backfill. 22
13. Repeat watering until no more water is absorbed. 23
14. Dish top of backfill to allow for mulching. 24
15. Mulch pits, trenches and planted areas. 25
a. All trees, shrubs and other plantings will be mulched with mulch previously 26
approved by the City Forester. The mulch on trees and shrubs shall be to the 27
depths shown on the drawing. Mulch must not be placed within 3 inches of the 28
trunks of trees and shrubs. 29
16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level 30
with adjacent finish grades. 31
17. Cover entire root ball. 32
18. Prune 33
a. Plants shall not be heavily pruned at the time of planting. Pruning is required at 34
planting to correct defects in the tree structure, including removal of injured 35
branches, double leaders, watersprouts, suckers, and interfering branches. 36
Healthy lower branches and interior small twigs should not be removed except 37
as necessary to clear walks and roads. In no case should more than 1/4 of the 38
branching structure be removed. Retain the normal shape of the plant. 39
b. All pruning shall be completed using clean sharp tools. All cuts shall be clean 40
and smooth, with the bark intact with no rough edges or tears. 41
c. Except in circumstances dictated by the needs of specific pruning practices, tree 42
paint shall not be used. The use of tree paint shall be only upon approval of the 43
City Forester. Tree paint, when required, shall be paint specifically formulated 44
and manufactured for horticultural use. 45
19. Prune trees to retain required height and spread. 46
32 93 43 - 7
TREES AND SHRUBS
Page 7 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
20. Do not cut tree leaders, and remove only injured and dead branches from flowering 1
trees. 2
21. Remove and replace excessively pruned or misformed stock resulting from 3
improper pruning. 4
22. Inspect tree trunks for injury, improper pruning and insect infestation and take 5
corrective measures. 6
23. Guy and stake trees immediately after planting. 7
B. Moving Existing Trees 8
1. Coordinate tree moving and replanting with City Forester during dormant growth 9
season. 10
2. Provide tree spade of adequate size as directed by City Forester. 11
3.5 REPAIR/RESTORATION [NOT USED] 12
3.6 RE-INSTALLATION [NOT USED] 13
3.7 FIELD QUALITY CONTROL 14
A. City may reject unsatisfactory or defective material at anytime during progress of work. 15
B. Remove rejected trees immediately from site and replace with specified materials. 16
C. Plant material not installed in accordance with these Specifications will be rejected. 17
D. An inspection to determine final acceptance will be conducted by City at end of 12 18
month maintenance period. 19
E. Warranty periods provided for in paragraph 1.12A. 20
3.8 SYSTEM STARTUP [NOT USED] 21
3.9 ADJUSTING [NOT USED] 22
3.10 CLEANING 23
A. During planting work, keep pavements clean and work area in orderly condition. 24
B. Dispose of excess soil and waste in approved location. 25
C. Waste Material Disposal: On-site burning of combustible cleared materials shall not be 26
permitted. 27
3.11 CLOSEOUT ACTIVITIES [NOT USED] 28
3.12 PROTECTION 29
A. Protect planting work and materials from damage due to planting operations. 30
B. Maintain protection during installation and maintenance period. 31
C. Treat, repair, or replace damaged planting work. 32
3.13 MAINTENANCE 33
A. Maintenance Period shall be 12 months after final acceptance. 34
B. During the maintenance period if a work schedule and frequency are not shown on the 35
Drawings, perform the minimum requirements shown below: 36
1. Water trees to full depth a minimum of once each week or as required to maintain 37
healthy, vigorous growth. 38
32 93 43 - 8
TREES AND SHRUBS
Page 8 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
2. Prune, cultivate, and weed as required for healthy growth. 1
3. Restore planting saucers. 2
4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper 3
grades or vertical position as required. 4
5. Restore or replace damaged wrappings. 5
6. Spray as required to keep trees and shrubs free of insects and disease. 6
7. Contractor shall replace any plant that does not survive. It shall be replaced as soon 7
as it is determined no longer alive. Contractor is to maintain new plants as 8
described above until growth is established and maintenance period expires unless 9
waived by the City. 10
3.14 ATTACHMENTS [NOT USED] 11
END OF SECTION 12
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
1.1.A – Payment Items removed for tree removal and transplantation; these Items are
to be performed in accordance with Section 31 10 00.
3.13.A – modified maintenance period to begin 12 months after final acceptance
3.13.B – Modified maintenance period requirements
13
14
15
16
17
18
19
20
33 01 12 - 1
WATER TIGHTNESS TESTING FOR HYDRAULIC STRUCTURES
Page 1 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 33 01 12 1
WATER TIGHTNESS TESTING FOR HYDRAULIC STRUCTURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes 5
1. Requirements for performing tightness testing of water containing structures, and 6
all retesting until the structures meet the requirements specified herein. 7
B. Related Specification Sections include but are not necessarily limited to 8
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 9
Contract. 10
2. Division 1 - General Requirements. 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is included in the total lump sum price. 14
1.3 REFERENCES 15
A. Reference Standards 16
1. American Concrete Institute (ACI) 17
a. 350.1R – Testing Reinforced Concrete Structures for Watertightness. 18
1.4 ADMINISTRATIVE REQUIREMENTS 19
A. Coordination 20
1. Coordinate timing and procedures for obtaining testing water and structure testing 21
with City sufficiently in advance of the actual testing. 22
2. Contractor shall coordinate with the Water Department to obtain a temporary 23
hydrant meter and water for testing. Costs associated with obtaining temporary 24
meter and testing water shall be considered part of the lump sum bid item. 25
1.5 SUBMITTALS 26
A. Submittals shall be in accordance with Section 01 33 00. 27
B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 28
specials. 29
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 30
A. Special Procedure Submittals 31
1. Cleaning plan detailing the methods and schedule for cleaning including a detailed 32
description of cleaning procedures, control of water, and disposal of water. 33
33 01 12 - 2
WATER TIGHTNESS TESTING FOR HYDRAULIC STRUCTURES
Page 2 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.7 CLOSEOUT SUBMITTALS [NOT USED] 1
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2
1.9 QUALITY ASSURANCE [NOT USED] 3
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4
1.11 SITE CONDITIONS [NOT USED] 5
1.12 WARRANTY [NOT USED] 6
PART 2 - PRODUCTS [NOT USED] 7
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8
2.2 MATERIALS [NOT USED] 9
2.3 ACCESSORIES [NOT USED] 10
2.4 SOURCE QUALITY CONTROL [NOT USED] 11
PART 3 - EXECUTION 12
3.1 INSTALLERS 13
A. Installer List 14
B. Substitution Limitations 15
3.2 EXAMINATION 16
A. Inspect the structure to be tested for potential leakage paths such as cracks, voids, etc., 17
and repair such paths in compliance with the provisions specified herein or as approved 18
by the City. 19
3.3 PREPARATION 20
A. Thoroughly clean the structure to be tested of dirt, mud, and construction debris prior to 21
initiating water tightness tests. The floor and sumps shall be flushed with water to 22
provide a clean surface, ready for testing. 23
B. Inlet and outlet pipes not required to be operational for the tests may be temporarily 24
sealed or bulkheaded prior to testing. 25
C. Confirm adequacy of seals around gates and valves and reset or seal as approved by the 26
Engineer. Estimates of gate or valve leakage will not be allowed as adjustments to the 27
measured tank or structure leakage. 28
3.4 TESTING PROCEDURES 29
A. General 30
1. The testing of reinforced concrete water containment structures shall conform to the 31
following standards and as modified herein. 32
a. Reinforced concrete water containment structures - ACI 350.1R and as 33
specified herein. 34
33 01 12 - 3
WATER TIGHTNESS TESTING FOR HYDRAULIC STRUCTURES
Page 3 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. Perform water tightness tests prior to placing backfill around structures in order to 1
permit observation and detection of leakage points, except as noted in paragraph 2
3.05.A. Otherwise, walls may be backfilled prior to testing only when approved in 3
writing by the City. The request to backfill prior to testing shall include a 4
description of the method proposed to detect leakage points after the backfill is in 5
place. Approval to place backfill prior to testing shall not relieve the Contractor of 6
the responsibility for conducting water tightness tests. 7
B. Conditions of Testing 8
1. Do not begin initial filling of concrete structures until all concrete elements of the 9
structure have attained the designed compressive strength of the concrete, nor less 10
than 14 days after all concrete walls or base slabs have been placed. 11
2. Initial filling of reinforced concrete structures shall not exceed a rate of 4-ft per 12
hour. 13
3. Fill unlined or partially lined concrete structures to the maximum operating water 14
surface level and maintain the water at that level for at least 72 hours prior to 15
beginning watertightness tests to minimize water absorption by the concrete during 16
testing. The testing of fully lined concrete structures may be started as soon as the 17
structure is filled. 18
C. Testing Procedures 19
1. Duration of the test shall not be less than that required for a drop in the water 20
surface of 1/2-in based on the calculated maximum allowable leakage rate nor 3 21
days, whichever is less. 22
2. Loss of volume measurements shall be taken at 24-hour intervals. The loss of 23
volume is usually determined by measuring the drop in water surface elevation and 24
computing the change in volume of the contained water. Measure water surface 25
elevation at not less than two locations at 180 degrees apart and preferably at four 26
locations 90 degrees apart. Record water temperature 12-in below the water surface 27
when taking the first and last sets of measurements. 28
D. Reports 29
1. Submit to the City water tightness test results for each structure tested on the form 30
shown in Figure A, or a form with a similar format. 31
2. Notify City of the scheduling of tests 3 working days prior to the tests. The City 32
may monitor any water tightness testing performed on the structures. 33
E. Acceptance 34
1. The following conditions will be considered as NOT meeting the criteria for 35
acceptance regardless of the actual loss of water volume from the structure: 36
a. Groundwater leakage into the structure through floors, walls, or wall-floor 37
joints. 38
b. Structures that exhibit flowing water from joints, cracks, or from beneath the 39
foundation (except for underdrain systems). 40
c. Lined concrete structures on which moisture can be picked up by a dry hand 41
from the exterior surface of the walls. 42
2. The water tightness of concrete tanks and structures shall be considered acceptable 43
when loss of water volume is within the criteria listed below: 44
a. For unlined or partially lined structures, loss of volume shall not exceed 0.05 45
percent in 24 hours. 46
33 01 12 - 4
WATER TIGHTNESS TESTING FOR HYDRAULIC STRUCTURES
Page 4 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
b. For completely lined structures (including floors), there shall be no measurable 1
loss in 24 hours. 2
3.5 REPAIR 3
A. Structures failing the water tightness test and not exhibiting visible leakage may be 4
retested after an additional stabilization period of 7 days. Tanks failing this second test 5
shall be repaired prior to further testing. 6
B. Repair structures that fail the water tightness test and structures showing visible leakage 7
in compliance with the provisions specified herein or as approved by the Engineer. 8
C. Repairs and retesting of tanks shall be accomplished at no additional cost to City. 9
3.6 RE-INSTALLATION [NOT USED] 10
3.7 SITE QUALITY CONTROL [NOT USED] 11
3.8 SYSTEM STARTUP [NOT USED] 12
3.9 ADJUSTING [NOT USED] 13
3.10 CLEANING [NOT USED] 14
3.11 CLOSEOUT ACTIVITIES [NOT USED] 15
3.12 PROTECTION [NOT USED] 16
3.13 MAINTENANCE [NOT USED] 17
3.14 ATTACHMENTS 18
A. Figure A – Watertightness Test Report 19
END OF SECTION 20
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
FIGURE A
WATERTIGHTNESS TEST REPORT
PROJECT SUBMITTED BY
STRUCTURE* TEST DATES
Allowable loss of water volume ___________ percent in 24 hrs.
Measured loss of water volume ___________ percent in 24 hrs.
TEST READINGS
Water temperature at start _____degrees F Water temperature at end _____degrees F
Date Time Location 1 Location 2 Location 3 Location 4 Initials
Change in level ____________________________________
Average change in level _________
Correction for precipitation/evaporation _________
Corrected change in level = CL = _________
(CL) x (surface area) x (100) = measured percent water loss in 24 hrs.
(initial water volume) x (number of test days)
Notes and field observations**
* Attach a sketch showing a plan of the structure and measurement locations.
** Place date and initials at the beginning of each entry.
33 01 30 - 1
SEWER AND MANHOLE TESTING
Page 1 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 7, 2018
SECTION 33 01 30 1
SEWER AND MANHOLE TESTING 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Testing for sanitary sewer pipe and manholes prior to placing in service 6
a. Low Pressure Air Test and Deflection (Mandrel) Test 7
1) Excludes pipe with flow 8
2) Hydrostatic Testing is not allowed. 9
b. Vacuum Testing for sanitary sewer manholes 10
2. Before any newly constructed sanitary sewer pipe and manholes are placed into 11
service it shall be cleaned and tested. 12
3. Pipe testing will include low pressure air test for 60-inch pipe and smaller. 13
4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 14
5. Pipe testing will include deflection (mandrel) test for pipe. 15
6. Hydrostatic testing is not allowed. 16
7. Manhole testing will include vacuum test. 17
B. Deviations from this City of Fort Worth Standard Specification 18
1. Modified 1.2.A.1.b.1) 19
2. Added 1.2.A.1.b.2) 20
3. Modified 1.2.A.2.b.1) 21
4. Added 1.2.A.2.b.2) 22
C. Related Specification Sections include, but are not necessarily limited to: 23
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 24
Contract 25
2. Division 1 – General Requirements 26
3. Section 03 80 00 – Modifications to Existing Concrete Structures 27
4. Section 33 04 50 – Cleaning of Sewer Mains 28
1.2 PRICE AND PAYMENT PROCEDURES 29
A. Measurement and Payment 30
1. Pipe Testing 31
a. Measurement 32
1) This Item is considered subsidiary to the sanitary sewer main (pipe) 33
completed in place. 34
b. Payment 35
1) Unit Price - The work performed and the materials furnishing in 36
accordance with this Item are subsidiary to the unit price bid per linear foot 37
of sanitary sewer main (pipe) complete in place, and no other compensation 38
will be allowed. 39
33 01 30 - 2
SEWER AND MANHOLE TESTING
Page 2 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 7, 2018
2) Lump Sum Price - The work performed and materials furnished in 1
accordance with this Item and measured as provided under 2
“Measurement” will be included in the total lump sum price. 3
2. Manhole Testing 4
a. Measurement 5
1) Measurement for testing manholes shall be per each vacuum test. 6
b. Payment 7
1) Unit Price - The work performed and the materials furnished in accordance 8
with this Item shall be paid for at the unit price bid per each vacuum test 9
completed. 10
2) Lump Sum Price - The work performed and materials furnished in 11
accordance with this Item and measured as provided under 12
“Measurement” will be included in the total lump sum price. 13
c. The price bid shall include: 14
1) Mobilization 15
2) Plugs 16
3) Clean-up 17
1.3 REFERENCES [NOT USED] 18
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19
1.5 SUBMITTALS 20
A. Submittals shall be in accordance with Section 01 33 00. 21
B. All submittals shall be approved by the City prior to delivery. 22
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23
1.7 CLOSEOUT SUBMITTALS 24
A. Test and Evaluation Reports 25
1. All test reports generated during testing (pass and fail) 26
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27
1.9 QUALITY ASSURANCE 28
A. Certifications 29
1. Mandrel Equipment 30
a. If requested by City, provide Quality Assurance certification that the equipment 31
used has been designed and manufactured in accordance to the required 32
specifications. 33
2. Joint Testing 34
a. Testing Service - Engage a qualified independent testing agency to perform 35
joint evaluation tests 36
b. Equipment - If requested by City, provide Quality Assurance certification that 37
the equipment used has been designed and manufactured in accordance to the 38
required specifications. 39
33 01 30 - 3
SEWER AND MANHOLE TESTING
Page 3 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 7, 2018
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1
1.11 FIELD [SITE] CONDITIONS [NOT USED] 2
1.12 WARRANTY [NOT USED] 3
PART 2 - PRODUCTS [NOT USED] 4
PART 3 - EXECUTION 5
3.1 INSTALLERS [NOT USED] 6
3.2 EXAMINATION [NOT USED] 7
3.3 PREPARATION 8
A. Low Pressure Air Test (Pipe 60 inch and smaller) 9
1. Clean the sewer main before testing, as outlined in Section 33 04 50. 10
2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 11
B. Low Pressure Joint Air Test (Pipe 27 inch or larger) 12
1. Clean the sewer main before testing, as outlined in Section 33 04 50. 13
2. Assemble individual joint tester over each joint from within the pipe. 14
C. Deflection (mandrel) test (Pipe) 15
1. Perform as last work item before final inspection. 16
2. Clean the sewer main and inspect for offset and obstruction prior to testing. 17
3. Materials 18
a. Mandrel used for deflection test 19
1) Use of an uncertified mandrel or a mandrel altered or modified after 20
certification will invalidate the deflection test. 21
2) Mandrel requirements 22
a) Odd number of legs with 9 legs minimum 23
b) Effective length not less than its nominal diameter 24
c) Fabricated of rigid and nonadjustable steel 25
d) Fitted with pulling rings and each end 26
e) Stamped or engraved on some segment other than a runner indicating 27
the following: 28
(1) Pipe material specification 29
(2) Nominal size 30
(3) Mandrel outside diameter (OD) 31
f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. 32
g) Mandrel equipment shall be suitable for the pipe material to prevent 33
damage to the pipe. Consult manufacturer for appropriate mandrel 34
equipment. 35
D. Vacuum test (Manhole) 36
1. Plug lifting holes and exterior joints. 37
2. Plug pipes and stubouts entering the manhole. 38
33 01 30 - 4
SEWER AND MANHOLE TESTING
Page 4 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 7, 2018
3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 1
is drawn. 2
4. Plug pipes with drop connections beyond drop. 3
5. Place test head inside the frame at the top of the manhole. 4
3.4 INSTALLATION 5
A. Low pressure air test (Pipe 60” Inch and Smaller) 6
1. Install plug with inlet tap. 7
2. Connect air hose to inlet tap and a portable air control source. 8
3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 9
4. Determine time in seconds that is required for the internal air pressure to reach 2.5 10
psig. Minimum permissible pressure holding time per diameter per length of pipe 11
is computed from the following equation: 12
13
T = (0.0850*D*K) 14
Q 15
Where: 16
T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig 17
K = 0.000419*D*L, but not less than 1.0 18
D = nominal pipe diameter, inches 19
L = length of pipe being tested (by pipe size), feet 20
Q = 0.0015, cubic feet per minute per square foot of internal surface 21
5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch 22
through 60-inch based on the equation above. 23
24
UNI-B-6, Table 1 25
Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe 26
indicated for q = 0.0015 27
1 2 3 4
Pipe
Diameter
(in.)
Minimum
Time
(min:
sec}
Length for
Minimum
Time (ft)
Time for
Longer
Length (sec)
100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft
4 3:46 597 .380 L 3:46 3:46 3:46 3:46 3:46 3:46 3:46 3:46
6 5:40 398 .854 L 5:40 5:40 5:40 5:40 5:40 5:40 5:42 6:24
8 7:34 298 1.520 L 7:34 7:34 7:34 7:34 7:36 8:52 10:08 11:24
10 9:26 239 2.374 L 9:26 9:26 9:26 9:53 11:52 13:51 15:49 17:48
12 11:20 199 3.418 L 11:20 11:20 11:24 14:15 17:05 19:56 22:47 25:38:00
15 14:10 159 5.342 L 14:10 14:10 17:48 22:15 26:42:00 31:09:00 35:36:00 40:04:00
18 17:00 133 7.692 L 17:00 19:13 25:38:00 32:03:00 38:27:00 44:52:00 51:16:00 57:41:00
21 19:50 114 10.470 L 19:50 26:10:00 34:54:00 43:37:00 52:21:00 61:00:00 69:48:00 78:31:00
24 22:40 99 13.674 L 22:47 34:11:00 45:34:00 56:58:00 68:22:00 79:46:00 91:10:00 102:33:00
27 25:30:00 88 17.306 L 28:51:00 43:16:00 57:41:00 72:07:00 86:32:00 100:57:00 115:22:00 129:48:00
30 28:20:00 80 21.366 L 35:37:00 53:25:00 71:13:00 89:02:00 106:50:00 124:38:00 142:26:00 160:15:00
33 31:10:00 72 25.852 L 43:05:00 64:38:00 86:10:00 107:43:00 129:16:00 150:43:00 172:21:00 193:53:00
36 34:00:00 66 30.768 L 51:17:00 76:55:00 102:34:00 128:12:00 153:50:00 179:29:00 205:07:00 230:46:00
42 39:48:00 57 41.883L 69:48:00 104:42:00 139:37:00 174:30:00 209:24:00 244:19:00 279:13:00 314:07:00
48 45:34:00 50 54.705 L 91:10:00 136:45:00 182:21:00 227:55:00 273:31:00 319:06:00 364:42:00 410:17:00
54 51:02:00 44 69.236 L 115:24:00 173:05:00 230:47:00 288:29:00 346:11:00 403:53:00 461:34:00 519:16:00
60 56:40:00 40 85.476 L 142:28:00 213:41:00 284:55:00 356:09:00 427:23:00 498:37:00 569:50:00 641:04:00
Specification Time for Length (L) Shown (min:sec)
28
29
33 01 30 - 5
SEWER AND MANHOLE TESTING
Page 5 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 7, 2018
1
6. Stop test if no pressure loss has occurred during the first 25 percent of the 2
calculated testing time. 3
B. Low pressure joint air test (27 Inch or larger pipe) 4
1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM 5
C1103 as follows: 6
2. Equipment shall be the product of manufacturers having more than five years of 7
regular production of successful joint testers. Joint tester shall be as manufactured 8
by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 9
3. Follow equipment manufacturer's recommendations when performing tests; only 10
experienced technicians shall perform tests. 11
4. The testing equipment shall be assembled and positioned over the center of the pipe 12
joint and the end element tubes inflated to a maximum of 25 psi. 13
5. Pressurize the center joint test area to 4.0 psig and allow the temperature and 14
pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to 15
testing. 16
6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the 17
pressure from 3.5 psig to 2.5 psig. 18
7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig 19
is greater than 10 seconds. 20
C. Deflection (mandrel) test (Pipe) 21
1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 22
ensure that maximum allowable deflection is not exceeded. 23
2. Maximum percent deflection by pipe size is as follows: 24
25
Nominal Pipe Size
Inches
Percent Deflection Allowed
12 and smaller 5.0
15 through 30 4.0
Greater than 30 3.0
26
D. Vacuum test (Manhole) 27
1. Test manhole prior to coating with epoxy or other material. 28
2. Draw a vacuum of 10 inches of mercury and turn off the pump. 29
3. With the valve closed, read the level vacuum level after the required test time. 30
4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: 31
32
33 01 30 - 6
SEWER AND MANHOLE TESTING
Page 6 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 7, 2018
1
2
Depth of
Manhole, feet
4-foot Dia
Seconds
5-foot Dia
Seconds
6-foot Dia
Seconds
8 20 26 33
10 25 33 41
12 30 39 49
14 35 45 57
16 40 52 67
18 40 59 73
** T=5 T=6.5 T=8
** For manholes over 18 feet deep, add “T” seconds as shown for each respective 3
diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 4
depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 5
seconds. 40+6(5)=70 seconds) 6
7
5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 8
failed the test. 9
3.5 REPAIR / RESTORATION [NOT USED] 10
3.6 RE-INSTALLATION [NOT USED] 11
3.7 FIELD QUALITY CONTROL 12
A. Non-Conforming Work 13
1. Low pressure air test (Pipe 60 Inch and smaller) 14
a. Should the air test fail, find and repair leak(s) and retest. 15
2. Low pressure joint air test (Pipe 27 inch or larger) 16
a. 100 percent of all joints shall be field tested, prior to the placement of backfill 17
over the spring line of the pipe, after the pipe has been substantially locked in to 18
place by embedment. If the pipe does not pass the field air test, the joint will be 19
pulled and refitted or rejected and removed from the project. After full 20
placement of backfill and proper compaction, 100% of all joints will be tested 21
again, as the installation progresses. At no time shall pipe installation exceed 22
300 feet beyond the last joint tested. 23
b. No more than 2 percent of the total number of joints failing to meet the 24
requirements of this test shall be field repaired by joint grout injection, or band 25
clamps, or other method. Any joints over 2% requiring field repairs shall be 26
rejected and removed from the project site. Rejected pipe shall be removed 27
from the project. Installation shall be stopped until defective joints are repaired 28
or replaced. 29
3. Should Deflection (mandrel) test (Pipe) 30
a. Should the mandrel fail to pass, the pipe is considered overdeflected. 31
b. Uncover overdeflected pipe. Reinstall if not damaged. 32
c. If damaged, remove and replace. 33
4. Vacuum test (Manhole) 34
33 01 30 - 7
SEWER AND MANHOLE TESTING
Page 7 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 7, 2018
a. Should the vacuum test fail, repair suspect area and retest. 1
1) External repairs required for leaks at pipe connection to manhole. 2
a) Shall be in accordance with Section 03 80 00. 3
2) Leaks within the manhole structure may be repaired internally or 4
externally. 5
3.8 SYSTEM STARTUP [NOT USED] 6
3.9 ADJUSTING [NOT USED] 7
3.10 CLEANING [NOT USED] 8
3.11 CLOSEOUT ACTIVITIES [NOT USED] 9
3.12 PROTECTION [NOT USED] 10
3.13 MAINTENANCE [NOT USED] 11
3.14 ATTACHMENTS [NOT USED] 12
END OF SECTION 13
14
Revision Log
DATE NAME SUMMARY OF CHANGE
8/10/2018 W. Norwood 3.4.D Require testing prior to coating manholes
9/7/2018 W. Norwood
3.3, A&B, Add individual joint testing option for 27 inch and larger with
independent testing.
3.4.A Include UNI-B-6, Table 1 for low pressure air test
4.4.B Include individual joint testing requirements
15
33 01 31 - 1
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 1 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
SECTION 33 01 31 1
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 6
sanitary sewer 7
2. For City Capital Improvements Projects, which include sanitary sewer 8
rehabilitation projects, a Post-CCTV is required. Pre-CCTV for mains will be 9
project specific and noted on the plans. 10
3. For new development sanitary sewer installation, a Post-CCTV is required. 11
4. For all City Capital Improvement Projects and new development sanitary sewer 12
installation, a Final Manhole CCTV is required. 13
5. Final-CCTV will be project specific, and would include major collector, arterial, 14
County, Railroad, and TxDOT projects that include extensive paving, structures, 15
drainage, and grading activities. 16
B. Deviations from this City of Fort Worth Standard Specification 17
1. Modified 1.2.A.2.a 18
2. Added 1.2.A.2.b 19
3. Modified 1.2.B.2.a 20
4. Added 1.2.B.2.b 21
5. Modified 1.2.C.2.a 22
6. Added 1.2.C.2.b 23
7. Modified 1.2.D.2.a 24
8. Added 1.2.D.2.b 25
C. Related Specification Sections include, but are not necessarily limited to: 26
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 27
Contract 28
2. Division 1 – General Requirements 29
3. Section 33 03 10 – Bypass Pumping of Existing Sewer Systems 30
4. Section 33 04 50 – Cleaning of Sewer Mains 31
5. Section 01 32 16 – Construction Progress Schedule 32
1.2 PRICE AND PAYMENT PROCEDURES 33
A. Pre-CCTV Inspection 34
1. Measurement 35
a. Measurement for this Item will be by the linear foot of line televised for CCTV 36
Inspection performed prior to any line modification or replacement determined 37
from the distance recorded on the video log. 38
2. Payment 39
33 01 31 - 2
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 2 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
a. Unit Price - The work performed and materials furnished in accordance with 1
this Item and measured as provided under “Measurement” will be paid for at 2
the unit price bid per linear foot for “Pre-CCTV Inspection”. 3
1) Contractor will not be paid for unaccepted video. 4
b. Lump Sum Price - The work performed and materials furnished in 5
accordance with this Item and measured as provided under 6
“Measurement” will be included in the total lump sum price. 7
3. The price bid shall include: 8
a. Mobilization 9
b. Cleaning 10
c. Digital file 11
B. Post-CCTV Inspection 12
1. Measurement 13
a. Measurement for this Item will be by the linear foot of line televised for CCTV 14
Inspection performed following repair or installation determined from the 15
distance recorded on the video log. 16
2. Payment 17
a. Unit Price - The work performed and materials furnished in accordance with 18
this Item and measured as provided under “Measurement” will be paid for at 19
the unit price bid per linear foot for “Post-CCTV Inspection”. 20
1) Contractor will only be paid for video that is accepted in writing by Water 21
Department. 22
b. Lump Sum Price - The work performed and materials furnished in 23
accordance with this Item and measured as provided under 24
“Measurement” will be included in the total lump sum price. 25
3. The price bid shall include: 26
a. Mobilization 27
b. Cleaning 28
c. Digital file 29
C. Final-CCTV Inspection 30
1. Measurement 31
a. Measurement for this Item will be by the linear foot of line televised for CCTV 32
Inspection performed following repair or installation determined from the 33
distance recorded on the video log. 34
2. Payment 35
a. Unit Price - The work performed and materials furnished in accordance with 36
this Item and measured as provided under “Measurement” will be paid for at 37
the unit price bid per linear foot for “Final-CCTV Inspection”. 38
1) Contractor will only be paid for video that is accepted in writing by Water 39
Department. 40
b. Lump Sum Price - The work performed and materials furnished in 41
accordance with this Item and measured as provided under 42
“Measurement” will be included in the total lump sum price. 43
3. The price bid shall include: 44
a. Mobilization 45
b. Cleaning 46
c. Digital file 47
33 01 31 - 3
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 3 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
D. Final Manhole CCTV Inspection 1
1. Measurement 2
a. Measurement for this Item will be per each manhole or junction structure 3
televised for CCTV Inspection performed following repair, manhole coating, 4
final adjustments to grade, and/or installation determined from the video log. 5
2. Payment 6
a. Unit Price - The work performed and materials furnished in accordance with 7
this Item and measured as provided under “Measurement” will be paid for at 8
the unit price bid per each for “Final-Manhole CCTV Inspection”. 9
1) Contractor will only be paid for video that is accepted in writing by Water 10
Department. 11
b. Lump Sum Price - The work performed and materials furnished in 12
accordance with this Item and measured as provided under 13
“Measurement” will be included in the total lump sum price. 14
3. The price bid shall include: 15
a. Mobilization 16
b. Cleaning 17
c. Digital file 18
1.3 REFERENCES 19
A. Reference Standards 20
1. Reference standards cited in this Specification refer to the current reference 21
standard published at the time of the latest revision date logged at the end of this 22
Specification, unless a date is specifically cited. 23
2. City of Fort Worth Water Department 24
a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 25
Program (CCTV Manual). City of Fort Worth Water Department CCTV 26
Inspection Log. 27
B. Definitions 28
1. Pre-CCTV – CCTV Inspection performed by Contractor on existing mains prior to 29
any line modification or replacement. 30
2. Post CCTV – CCTV Inspection performed by Contractor following installation of 31
new mains but before completion of other infrastructure (i.e. streets, sidewalks, 32
final grading, etc.) 33
3. Final CCTV – CCTV Inspection performed by Contractor on mains and manholes 34
after all construction is complete. Includes CCTV of the manholes (including grade 35
rings, casting, etc.) after street construction, final grading, and manhole coating, if 36
the coating is required. 37
C. Final Manhole CCTV – CCTV Inspection performed by Contractor on manholes and/or 38
junction structures, after all construction is complete. Includes CCTV of the manholes/ 39
(including grade rings, casting, etc.) after street construction, final grading, and 40
manhole coating, if the coating is required. 41
1.4 ADMINISTRATIVE REQUIREMENTS 42
A. Coordination 43
1. Sanitary Sewer Lines 44
33 01 31 - 4
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 4 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
a. Meet with City of Fort Worth Water Department staff to confirm that the 1
appropriate equipment, software, standard templates, defect codes and defect 2
rankings are being used, if required. 3
B. Schedule 4
1. Include Pre, Post, Final Manhole, and Final CCTV schedule as part of the 5
Construction Progress Schedule per Section 01 32 16. 6
2. Allow time for City review (2 weeks minimum – Notification needs to be sent to 7
Project Manager, City Inspector, & Field Operations). Post-CCTV can be scheduled 8
and submitted for review after each sewer main construction has been completed. 9
3. If CCTV is accepted by City Project Manager, proceed with work. If rejected, 10
coordinate with City per Part 1.4 A. 11
1.5 SUBMITTALS 12
A. Submittals shall be in accordance with Section 01 33 00. 13
B. All CCTV submittals shall be submitted to the City Inspector to be uploaded to 14
common location for review and comment by Water Operations and Inspections. 15
Alternatively, the Inspector can provide Contractor access to upload directly to common 16
location. Inspection and Water Operations staff shall be notified when CCTV upload is 17
completed. 18
C. If inspected with Infrastructure Technologies IT Pipes Software per CCTV Manual 19
provide video data per the CCTV Manual. Provide additional copy of video in video 20
file MP4 with H.264 code – Advanced Video Coding and compression standard. 21
D. If inspected with other software provide video data in video file MP4 with H.264 code 22
– Advanced Video Coding and compression standard. 23
E. Inspection Report shall include: 24
1. Asset 25
a. Date of Inspection 26
b. City 27
c. Project Name (Address accepted if project name does not exist) 28
d. Main Number – as shown on drawings or GIS ID (If Available) 29
e. Upstream Manhole Station – as shown on drawings or GIS ID (If Available) 30
f. Downstream Manhole Station – as shown on drawings or GIS ID (If Available) 31
g. Pipe Diameter 32
h. Material 33
i. Pipe Length 34
j. Mapsco Location Number 35
k. Date Constructed 36
l. Pipe Wall Thickness 37
m. Grade percentage 38
n. Inspector Name 39
2. Inspection 40
a. Inspection Number (i.e. 1st, 2nd,etc…) 41
b. Crew Number 42
c. Operator Name 43
d. Operator Comments 44
e. Reason for Inspection 45
33 01 31 - 5
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 5 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
f. Equipment Number 1
g. Camera Travel Direction is Upstream to Downstream – Deviation will require 2
written justification, with the exception of stubouts & abandonment plugs that 3
will always be recorded from the downstream side. 4
h. Inspected Length (feet) 5
i. Work Order Number (if required) 6
j. City Project Number (if required) 7
k. City Contract Name 8
l. DOE/TPW Number (if required) 9
m. Consultant Company Name 10
n. Consultant Contact Name 11
o. Consultant Contact Phone Number 12
p. Contractor Company Name 13
q. Contractor Contact Name 14
r. Contractor Contact Phone Number 15
F. CCTV overlay screen shall include (opening text to CCTV inspection) 16
1. Date of inspection 17
2. City Name 18
3. City Project number 19
4. Project name 20
5. Main number 21
6. Upstream SS Manhole (or Plug) station 22
7. Downstream SS Manhole station 23
8. Diameter 24
9. Grade/Slope 25
10. Material 26
11. Length 27
12. Contractor 28
13. Inspectors name 29
14. Travel direction 30
15. Date Construction 31
1.6 INFORMATIONAL SUBMITTALS 32
A. Pre and Post-CCTV submittals 33
1. CCTV video results shall be submitted to City that can be uploaded to shared 34
common location by the inspection staff, upon confirmation that the submittal is 35
complete (partial submissions are not accepted, except in special situations that are 36
approved by the Water Department). For pre-CCTV submittals, approval of the 37
submittal shall be provided by the Project Manager prior to construction start when 38
connecting to existing sewer. 39
2. Alternatively, the Inspector can provide Contractor access to upload directly to 40
common location. Inspection and Water Operations staff shall be notified when 41
CCTV upload is completed in order to confirm submittal is complete. Inspection 42
Report (separate report file for each individual shall be submitted to Inspector or 43
directly uploaded to shared common location. 44
33 01 31 - 6
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 6 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
B. Additional information that may be requested by the City: 1
1. Listing of cleaning equipment and procedures 2
2. Listing of flow diversion procedures 3
3. Listing of CCTV equipment 4
4. Listing of backup and standby equipment 5
5. Listing of safety precautions and traffic control measures 6
1.7 CLOSEOUT SUBMITTALS 7
A. Final CCTV shall not be completed until all manholes and surface covers are set to 8
final grade. All as built changes to plan and profile drawings (redlines), are required to 9
be reflected on the final CCTV inspection information. Final CCTV shall not be 10
completed until all as built corrections have been made. 11
1. Final-CCTV Submittals 12
a. CCTV video results shall be submitted to City that can be uploaded to shared 13
common location by the inspection staff, upon confirmation that the submittal 14
is complete (partial submissions are not accepted, except in special situations 15
that are approved by the Water Department). Alternatively, the Inspector can 16
provide Contractor access to upload directly to common location. Inspection 17
and Water Operations staff shall be notified when CCTV upload is completed 18
in order to confirm submittal is complete. Sanitary sewer video file(s) in MP4 19
with H.264 code Advanced Video Coding and compression standard 20
b. City Project Number displayed within text of sanitary sewer video. 21
c. Construction Plans identifying the line segments that were videoed. Include 22
cover sheet, 1 digital copy of the redlines (Contractor to upload into Accela or 23
BIM 360), overall line layout sheet(s), and plan and profile sheet(s). 24
1) One (1) 11”X 17” copy 25
d. Sanitary sewer line segment from drawings match line segments on Inspection 26
Report. Recommend some minimum guidance for standardization of line 27
segment submittals, to include proper identification of Project: name, CPN, 28
line identification and stations, as well as format (e.g. PDF?) and minimum 29
annotations required to explain deviations from policies as specified in this 30
document, or any anomalies that are considered within tolerance. 31
e. Inspection Report (separate report file for each individual shall be submitted to 32
Inspector or directly uploaded to shared common location. 33
f. Allow two (2) weeks to review before requesting final inspection. After 34
review by the City Inspector and Water Field Operations, if applicable a 35
combined set of punch list items will be submitted to the Contractor for 36
correction. 37
g. CCTV Spreadsheet log in excel format 38
33 01 31 - 7
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 7 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1
1.9 QUALITY ASSURANCE [NOT USED] 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3
1.11 FIELD [SITE] CONDITIONS [NOT USED] 4
1.12 WARRANTY [NOT USED] 5
PART 2 - PRODUCTS 6
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 7
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8
A. Equipment 9
1. Closed-Circuit Television Camera 10
a. The television camera used shall be one specifically designed and constructed 11
for sewer inspection. Lighting for the camera shall be suitable to allow a clear 12
picture of the entire periphery of the pipe. The camera shall be operative in 13
100 percent humidity/submerged conditions. The equipment will provide a 14
view of the pipe ahead of the equipment and of features to the side of the 15
equipment through turning and rotation of the lens. The camera shall be 16
capable of tilting at right angles along the axis of the pipe while panning the 17
camera lens through a full circle about the circumference of the pipe. The 18
lights on the camera shall also be capable of panning 90-degrees to the axis of 19
the pipe. 20
b. The radial view camera must be solid state color and have remote control of the 21
rotational lens. The camera shall be capable of viewing the complete 22
circumference of the pipe and manhole structure, including the cone-section or 23
corbel. The camera lens shall be an auto-iris type with remote controlled 24
manual override. 25
2. Video Capture System 26
a. The video and audio recordings of the sewer inspections shall be made using 27
digital video equipment. A video enhancer may be used in conjunction with, 28
but not in lieu of, the required equipment. The digital recording equipment 29
shall capture sewer inspection on USB drive, with each sewer segment (from 30
upstream manhole to downstream manhole) inspection recorded as an 31
individual file in MP4 with H.264 code format. 32
b. The system shall be capable of printing pipeline inspection reports with 33
captured images of defects or other related significant visual information on a 34
standard color printer. 35
c. The system shall store digitized color picture images and be saved in digital 36
format on a USB drive. 37
d. The system shall be able to produce data reports to include, at a minimum, all 38
observation points and pertinent data. All data reports shall match the defect 39
severity codes outlined in the City’s CCTV manual (electronic copy available 40
on Water Department’s website 41
http://fortworthtexas.gov/water/wastewater/CCTV_Manual. 42
33 01 31 - 8
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 8 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
e. Camera footage, date & manhole numbers shall be maintained in real time and 1
shall be displayed on the video monitor as well as the video character 2
generators illuminated footage display at the control console. 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 9
A. General 10
1. Prior to inspection obtain pipe and manhole asset identification numbers from the 11
plans or City to be used during inspections. Inspections performed using 12
identification numbers other than the line number (or existing sanitary sewer 13
main/lateral) and station numbers from plans or from assigned numbers from the 14
City will not be accepted. 15
2. CCTV Inspection shall not commence until the sewer section to be televised has 16
been completely cleaned in conformance with Section 33 04 50. 17
3. CCTV Inspection shall not commence until the sewer section to be televised has 18
been completely cleaned in conformance with Section 33 04 50. (Sewer system 19
should be connected to existing sewer system and should be active). 20
4. A final CCTV Inspection of newly installed sewers (not yet in service) shall not 21
commence until completion of the following items: 22
a. Manhole final grade is set (after street paving, under Final CCTV, Final 23
Manhole CCTV) 24
b. Manhole lining is complete (after street paving, under Final CCTV, Final 25
Manhole CCTV) 26
c. Sewer main is cleaned 27
d. Sewer air test is complete 28
e. Vacuum test of manholes 29
f. Installation of all lateral services and completion of low pressure testing of all 30
new services 31
g. All sewer main and manhole work is complete 32
h. Once reviewed and accepted by Water Field Operations the sewer system 33
should be connected to existing sewer system and ready for use upon final 34
acceptance of the project. 35
5. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. 36
B. General 37
1. Use manual winches, power winches, TV cable, and power rewinds that do not 38
obstruct the camera view, allowing for proper evaluation. 39
C. Pipe 40
1. Begin inspection immediately after cleaning of the main. 41
33 01 31 - 9
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 9 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
2. Move camera through the line in either direction at a moderate rate, stopping when 1
necessary to permit proper documentation of the main’s condition. 2
3. Do not move camera at a speed greater than 30 feet per minute. 3
4. During investigation stop camera at each defect along the main. 4
a. Record the nature, location and orientation of the defect or infiltration location 5
as specified in the CCTV Manual. 6
5. Service connections, Pan the Camera to get a complete overview of service 7
connection including zooming into service connection Include location (i.e. 1 8
o’clock, etc…) See photos 17 thru 23 for examples 9
6. Joint defects, Include comment on condition, signs of damage, etc. Note offset 10
and/or separation at a joint. Includes joints where one pipe is not correctly aligned 11
with the connecting section of pipe causing a lip that could impede flow or a 12
section of pipe that is aligned but has pulled apart horizontally and may not 13
connect to the other section of pipe. See Photos 24 thru 29, 35, 36 for examples 14
7. Notate visible pipe defects such as cracks, broken or deformed pipe, holes, offset 15
joints, obstructions, sags or debris (show as % of pipe diameter). If debris has been 16
found in the pipe during the post or final-CCTV inspection, additional cleaning is 17
required, and pipe shall be re-televised. See Photos 1 thru 12 for examples 18
8. Notate Infiltration/Inflow locations. See Photos 13, 20 for examples 19
9. Notate Pipe material transitions. See Photos 30 for example 20
10. Notate other locations that do not appear to be typical for normal pipe conditions. 21
For example, locations could include conflicts between the replaced main with 22
other utilities (including paving and storm sewer), causing pipe deflections, sags, 23
etc. holding water. This could also include any damage to the main and/or services 24
after the main has been replaced. These locations could occur between the Post-25
CCTV and Final-CCTV submittals. See Photos 31 thru 34 for examples 26
11. Note locations where camera is underwater and level as a % of pipe diameter. 27
Camera underwater – Point in which the camera lens is 100% submerged 28
underwater and/or 50% of the pipe’s diameter. Camera emerged – Point in which 29
the camera lens has emerged from being underwater. Severity is described in 30
ranges by linear feet. This would include pipe deflections causing a considerable 31
increase (i.e. double or more) in the depth of flow in the pipe (to at least between 32
1/3 to ½ of the pipe diameter). See attached example photos at the end of this 33
Specification showing the depth changes in % full of pipe. See Photos 14 thru 16 34
for examples. 35
12. Provide accurate distance measurement. 36
a. The meter device is to be accurate to the nearest 1/10 foot. 37
13. CCTV recording segments are to be single continuous file item. 38
a. A single segment is defined from manhole to manhole. 39
b. Only single segment video’s will be accepted and preferably include manhole 40
inspections (manhole to manhole). 41
c. Individual manhole inspection will require written justification, included 42
under the Final-CCTV bid item. 43
14. Pre-Installation Inspection for Sewer Mains to be rehabilitated 44
a. Perform Pre-CCTV inspection immediately after cleaning of the main and 45
before rehabilitation work 46
1) No cleaning equipment in the main during CCTV. 47
33 01 31 - 10
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 10 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
2) Water shall be present (or flowing) while recording CCTV to confirm 1
system functionality. 2
b. If, during inspection, the CCTV will not pass through the entire section of main 3
due to blockage or pipe defect, set up so the inspection can be performed from 4
the opposite manhole. 5
c. City Project Manager (PM) shall review and may consult with Sewer Projects 6
Reporting and Operations (SPRO), and provide comments on identified defects. 7
Contractor shall present proposed repair method(s) for approval by the City 8
PM, before proceeding with construction. 9
d. Provisions for repairing or replacing the impassable location are addressed in 10
Section 33 31 20, Section 33 31 21, Section 33 31 22 and Section 33 31 23. 11
15. Post-and Final Installation Inspection 12
a. Prior to inserting the camera, flush and clean the main in accordance to Section 13
33 04 50. Water should be present/flowing during the recording operation, to 14
demonstrate the functioning of the installed system. 15
16. Documentation of CCTV Inspection 16
a. Sanitary Sewer Lines 17
1) Follow the CCTV Manual (CCTV standard manual supplied by City upon 18
request) for the inspection video, data logging and reporting or Part 1.5 E of 19
this section. 20
D. Manhole 21
1. Final Manhole CCTV Inspection recording segments, will reveal condition of 22
manhole in its entirety, including corrosion protection if applicable. Camera 23
should pan the entire manhole while lowering to include complete view of invert. 24
This requirement applies to new manhole installations and rehabilitated manholes 25
after epoxy lining installed, if applicable. 26
2. Notate Infiltration/Inflow locations for Pre-construction CCTV recordings. 27
3. Post-Installation CCTV Inspection is only done after all construction is complete. 28
E. Complete manhole installation before inspection begins. 29
3.4 REPAIR / RESTORATION [NOT USED] 30
3.5 RE-INSTALLATION [NOT USED] 31
3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 32
3.7 SYSTEM STARTUP [NOT USED] 33
3.8 ADJUSTING [NOT USED] 34
3.9 CLEANING 35
A. See Section 33 04 50. 36
33 01 31 - 11
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 11 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
3.10 CLOSEOUT ACTIVITIES [NOT USED] 1
3.11 PROTECTION [NOT USED] 2
3.12 MAINTENANCE [NOT USED] 3
3.13 ATTACHMENTS 4
END OF SECTION 5
6
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson Various– Added requirements for coordination with T/PW for Storm Sewer CCTV
4/29/2021
3/11/2022
J Kasavich
M Owen
Various – Alternative to CCT V Manual, modified submittal detail requirements
Removed reference to storm drain
33 01 31 - 12
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 12 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 1 Flow Depth Acceptable
33 01 31 - 13
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 13 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 2 Flow Level Acceptable
33 01 31 - 14
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 14 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 3 Flow Level Acceptable
33 01 31 - 15
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 15 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 4 Flow Level is elevated.
33 01 31 - 16
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 16 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 5 Flow Elevated but below 1/3 capacity. No action required
33 01 31 - 17
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 17 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 6 Flow above 30%. Potential Sag or debris.
33 01 31 - 18
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 18 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 7 Offset Joint Example
33 01 31 - 19
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 19 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 8 Flow appears to be stagnant possible sag.
33 01 31 - 20
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 20 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 9 Debris evident. Clean and Re-CCTV prior to submittal
33 01 31 - 21
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 21 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 10 Debris evident. Clean and Re-CCTV prior to submittal.
33 01 31 - 22
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 22 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 11 CCTV should not be submitted. Clean and Re -CCTV prior to submittal
33 01 31 - 23
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 23 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 12 Survey was not completed. Take corrective action and Re-CCTV
33 01 31 - 24
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 24 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 13 Example of Potential Infiltration/Inflow location
33 01 31 - 25
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 25 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
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.
33 01 31 - 26
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 26 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 15 Camera submerged. Note beginning point of increase level and the end of the increased depth.
Corrective action will be required
33 01 31 - 27
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 27 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 16 Camera submerged. Note beginning point of increase level and the end of the increased depth.
Corrective action will be required
33 01 31 - 28
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 28 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 17 Service Tap. Note the location and position of tap in relation to the sewer main. Repair required?
33 01 31 - 29
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 29 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 18 CCTV should include view of service line. Retake CCTV Video?
33 01 31 - 30
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 30 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 19 Service tap holding water. Corrective action required.
33 01 31 - 31
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 31 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 20 Service tap is installed incorrectly. Also is a point of potential Infiltration and Inflow location.
33 01 31 - 32
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 32 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 21 Proper Shot of Sewer Tap
33 01 31 - 33
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 33 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 22 Debris in service line. Corrective action required
33 01 31 - 34
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 34 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 23 Service tap at proper location.
33 01 31 - 35
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 35 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 24 Damage to liner. Repaired is required.
33 01 31 - 36
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 36 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 25 Damage to liner. Repair is required.
33 01 31 - 37
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 37 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 26 Damage to Liner. Repair is required.
33 01 31 - 38
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 38 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 27 Liner Damage. Repair required.
33 01 31 - 39
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 39 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 28 Damaged Liner. Damage to be repaired.
33 01 31 - 40
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 40 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 29 Liner Damaged. Damaged to be repaired.
33 01 31 - 41
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 41 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 30 Change of material. Note change on CCTV log. Repair required?
33 01 31 - 42
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 42 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 31 Beginning of potential impact from adjacent utilities Repair required?
33 01 31 - 43
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 43 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 32 Continuation of impact from adjacent utilities Repair required?
33 01 31 - 44
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 44 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 33 Continuation of impact from adjacent utilities Repair required?
33 01 31 - 45
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 45 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 34 End of impact for potential impact from adjacent utilities. Repair required?
33 01 31 - 46
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 46 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 35 Short Joint installed (not a closure piece) does not comply with specification Repair required?
33 01 31 - 47
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 47 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
Photo 36 Short piece installed with wye inserted does not comply with design
33 01 31 - 48
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 48 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 49
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 49 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 50
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 50 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 51
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 51 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 52
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 52 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 53
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 53 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
- - -
- - .... - -
33 01 31 - 54
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 54 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
•
33 01 31 - 55
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 55 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 56
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 56 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 57
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 57 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 58
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 58 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
•
33 01 31 - 59
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 59 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 60
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 60 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 61
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 61 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 62
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 62 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 63
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 63 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 64
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
Page 64 of 64
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
33 01 31 - 1
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – STORM DRAIN/STORM SEWER
Page 1 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 8, 2023
SECTION 33 01 31 1
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 2
STORM DRAIN / STORM SEWER 3
PART 1 - GENERAL 4
1.1 SUMMARY 5
A. Section Includes: 6
1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7
storm drain pipes. 8
2. Post CCTV inspection is required for ALL storm drain pipes. 9
3. Pre-CCTV shall be performed when new storm drain is connected to existing 10
system for a City capital project, to at least the next existing downstream manhole. 11
B. Deviations from this City of Fort Worth Standard Specification 12
1. Modified 1.2.A.2.a 13
2. Added 1.2.A.2.b 14
3. Modified 1.2.B.2.a 15
4. Added 1.2.B.2.b 16
5. Modified 1.2.C.2.a 17
6. Added 1.2.C.2.b 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 03 10 – Bypass Pumping of Existing Sewer Systems 23
4. Section 33 04 50 – Cleaning of Sewer Mains 24
5. Section 01 32 16 – Construction Progress Schedule 25
1.2 PRICE AND PAYMENT PROCEDURES 26
A. Pre-Construction Inspection 27
1. Measurement 28
a. Measurement for this Item will be by the linear foot of line televised for CCTV 29
Inspection performed prior to any line modification or replacement determined 30
from the distance recorded on the video log. 31
2. Payment 32
a. Unit Price - The work performed and materials furnished in accordance with 33
this Item and measured as provided under “Measurement” will be paid for at 34
the unit price bid per linear foot for “Pre-Construction Inspection”. 35
1) Contractor will not be paid for unaccepted video. 36
b. Lump Sum Price - The work performed and materials furnished in 37
accordance with this Item and measured as provided under 38
“Measurement” will be included in the total lump sum price. 39
33 01 31 - 2
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – STORM DRAIN/STORM SEWER
Page 2 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 8, 2023
3. The price bid shall include: 1
a. CCTV inspection and digital deliverables 2
b. Traffic control 3
c. Cleaning 4
B. Post-Construction Inspection 5
1. Measurement 6
a. Measurement for this Item will be by the linear foot of line televised for CCTV 7
Inspection performed following repair or installation determined from the 8
distance recorded on the video log. 9
2. Payment 10
a. Unit Price - The work performed and materials furnished in accordance with this 11
Item and measured as provided under “Measurement” will be paid for at the 12
unit price bid per linear foot for “Post-Construction Inspection of Storm Drain”. 13
1) Contractor will not be paid for unacceptable video 14
b. Lump Sum Price - The work performed and materials furnished in 15
accordance with this Item and measured as provided under 16
“Measurement” will be included in the total lump sum price. 17
3. The price bid shall include: 18
a. CCTV inspection and digital deliverables 19
b. Traffic control 20
c. Cleaning 21
C. Condition Assessment Inspection 22
1. Measurement 23
a. Measurement for this Item will be by the linear foot of line televised for CCTV 24
Inspection performed following repair or installation determined from the 25
distance recorded on the video log. 26
2. Payment 27
a. Unit Price - The work performed and materials furnished in accordance with 28
this Item and measured as provided under “Measurement” will be paid for at 29
the unit price bid per linear foot for “Condition Assessment Inspection of 30
Storm Drain”. 31
1) Contractor will not be paid for unacceptable video 32
b. Lump Sum Price - The work performed and materials furnished in 33
accordance with this Item and measured as provided under 34
“Measurement” will be included in the total lump sum price. 35
3. The price bid shall include: 36
a. CCTV inspection and digital deliverables 37
b. Traffic control 38
4. The price shall not include cleaning or by-pass pumping, if required. These items 39
shall be paid under separate bid items. 40
1.3 REFERENCES 41
A. Reference Standards 42
1. Reference standards cited in this Specification refer to the current reference 43
standard published at the time of the latest revision date logged at the end of this 44
Specification, unless a date is specifically cited. 45
2. City of Fort Worth Water Department 46
33 01 31 - 3
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – STORM DRAIN/STORM SEWER
Page 3 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 8, 2023
a. For storm drain pipes, the Contractor shall follow the North American Sewer 1
Service Companies (NASSCO) Pipeline Assessment and Certification Program 2
(PACP) inspection and defect coding standards 3
1.4 ADMINISTRATIVE REQUIREMENTS 4
A. Coordination 5
1. Storm Drain Lines 6
a. Meet with City of Fort Transportation/Public Works Department staff to 7
confirm that the appropriate equipment, software, standard templates, defect 8
codes and defect rankings are being used, if required. 9
B. Schedule 10
1. Include Pre-Construction and Post-Construction Inspection schedule as part of the 11
Construction Progress Schedule per Section 01 32 16. 12
2. Include time for City review (3 weeks minimum – Notification needs to be sent out 13
to Project Manager & Field Operation). 14
3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City 15
per Part 1.4 A. 16
1.5 SUBMITTALS 17
A. Submittals shall be in accordance with Section 01 33 00. 18
B. All submittals shall be approved by the designated City representative prior to delivery 19
C. Data 20
1. Provide video data in MPEG4 Audio/Video (MP4 with H.264 codec) format. 21
2. Inspection Report shall include: 22
a. Observations data – see required fields below, table ‘Observations’ 23
b. Route fields – see required fields below, table ‘Routes’ 24
3. Delivery requirements 25
a. The CCTV video and inspection report shall be associated with the upstream 26
and downstream access points (manholes, inlets, etc.). 27
b. CCTV video with audio – 1 copy of results in MPEG4 Audio/Video (MP4 with 28
H.264 codec) format and named as documented below 29
(Ex.Rosedale_MH009887_PI004567_20120427.mp4) 30
c. CCTV Inspection Report – 1 digital copy as pdf and named as documented 31
below (Ex. Rosedale_MH009887_PI004567_20120427.pdf) 32
d. Photographs of observations in jpg format and named using the inspection ID 33
as documented below followed by the distance along inspection the photo was 34
taken (Ex.Rosedale_MH009887_PI004567_20120427_370.5.jpg) 35
e. The contractor shall utilize the NASSCO PACP V7 codes available at the time 36
of the Contract notice to proceed. 37
f. Inspection Software must be NASSCO PACP V7 certified and proof of 38
certification of software shall be submitted prior to commencing the work 39
g. Contractor shall be current on NASSCO training. 40
h. Any variation from the requirements shall be subject to approval by the Project 41
Manager 42
33 01 31 - 4
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – STORM DRAIN/STORM SEWER
Page 4 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 8, 2023
i. Completed NASSCO PACP V7 Microsoft Access Database with fields 1
populated as shown in the two tables below. Any variation from these 2
requirements shall be subject to approval by the Project Manager. 3
4
Observations (Tables MLO, Media) 5
6
Attribute Description
MLI_ID
ID assigned to route following the naming convention of street
name followed by point of entry followed by pipe id (first pipe
entered) and then date (YYYYMMDD) (Example –
Rosedale_MH009887_PI004567_20120427)
CODE NASSCO PACP code used to describe observation/defect
OBSERVATION Description of the NASSCO PACP observation/defect
OBS_TYPE Structural or operations/maintenance
DISTANCE Linear distance from starting point of inspection that observation
was made (feet)
DIGITAL_TIME Digital time when observation/defect was made within video
FILE_NAME Link to photo of observation/defect
VALUE_PERCENT Percent of pipe blocked (0 to 100 percent)
CLOCK_FROM Description of location of starting point of observation as pertains to
a standard clock (ex. 9 o’clock would be mid pipe on the left)
CLOCK_TO Description of location of ending point of observation as pertains
to a standard clock (ex. 3 o’clock would be mid pipe on the right)
GRADE Severity score assigned to a specific observation/defect
7
Routes (Tables ML, MLI) 8
Attribute Description
MLI_ID
ID assigned to route following the naming convention of
street Name followed by point of entry followed by pipe id
(first pipe entered) and then date (YYYYMMDD) (Example
– Rosedale_MH009887_PI004567_20120427)
US_MH Unique ID (from City field map) of access point where
inspection began
DS_MH Unique ID (from City field map) of access point where
inspection ended
PIPE_ID Unique ID of first pipe entered during inspection
STREET Street name associated with inspection
INSPECTION_DATE Date of inspection
SURVEYED_BY Name (Last name, First Initial) of inspector
WEATHER Identifies weather during inspection
CLEANED Identifies whether cleaning was performed during the
inspection
MATERIAL Material of first pipe entered during inspection
PIPE_WIDTH The width in inches of the pipe route inspected
PIPE_HEIGHT The height in inches of the pipe route inspected
CAMERA_1 Link to pole camera video file, which meets standards above
CCTV_1 Link to CCTV video file, which meets standards above
INSPECTED_LENGTH Total linear distance of the route CCTV inspection
33 01 31 - 5
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – STORM DRAIN/STORM SEWER
Page 5 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 8, 2023
INSPECTION_DIRECTION Specifies if inspection proceeded upstream or downstream
from the FROM_NODE
REVERSE_SETUP Identifies that inspection was performed from the opposite
access point
SPR Structural pipe rating based on observations made during the
inspection
SPRI Index of structural pipe rating – scale of 0-5 with 5 being
extremely poor
MPR Operational and maintenance pipe rating based on
observations made during the inspection
MPRI Index of operational and maintenance pipe rating – scale of
0-5 with 5 being extremely poor
OPR Overall pipe rating based on observations made during the
inspection
OPRI Index of overall pipe rating – scale of 0-5 with 5 being
extremely poor
1
1.6 INFORMATIONAL SUBMITTALS 2
A. Pre-Construction Inspection 3
1. CCTV video with audio, delivered on USB drive or cloud-based share folder 4
a. Inspection Report – 1 digital copy as pdf and named as documented below (Ex. 5
Rosedale_MH009887_PI004567_20120427.pdf) 6
B. Additional information that may be requested by the City: 7
1. Listing of cleaning equipment and procedures 8
2. Listing of flow diversion procedures 9
3. Listing of CCTV equipment 10
4. Listing of backup and standby equipment 11
5. Listing of safety precautions and traffic control measures 12
1.7 CLOSEOUT SUBMITTALS 13
A. Pre-Construction Inspection 14
1. CCTV video with audio, delivered on USB drive or cloud-based share folder 15
2. Inspection Report pdf copy shall be submitted to the City Inspector for review prior 16
to scheduling a project final walk through. 17
3. A copy of appropriate Construction Drawing sheets identifying the pipe routes that 18
were videoed. Include cover sheet, overall line layout sheet(s), and plan and profile 19
sheet(s) 20
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21
1.9 QUALITY ASSURANCE 22
A. Contractor Review 23
1. The City recommends that all CCTV work be reviewed by a properly trained 24
individual not involved in the initial data collection effort prior to submission. 25
33 01 31 - 6
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – STORM DRAIN/STORM SEWER
Page 6 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 8, 2023
2. Contractor shall assure that CCTV work meets all requirements in section 1.10 Data 1
Delivery Requirements. 2
B. City Review 3
1. Prior to acceptance and payment, all CCTV work must be reviewed by a properly 4
trained City representative. 5
2. All CCTV work must meet all requirements in section 1.10 Data Delivery 6
Requirements to be eligible for acceptance and payment. 7
3. Video footage will be reviewed to verify acceptable defect coding prior to 8
acceptance and payment. 9
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10
1.11 FIELD [SITE] CONDITIONS 11
A. Safety 12
1. Ensure personnel are properly trained on the use of equipment and safety 13
procedures. 14
2. Place signs and traffic warning devices when necessary. 15
3. Provide appropriate traffic control when necessary – prior field investigation 16
followed by City approval and permitting may be required. 17
4. Do not enter confined spaces or potentially hazardous environments unless prior 18
approval from the City has been obtained. 19
5. Immediately report to the City any situation/conditions deemed to be a potential 20
immediate threat to life, infrastructure, or property. 21
6. Immediately report to the City any discharge believed to be an illicit discharge. 22
1.12 WARRANTY [NOT USED] 23
PART 2 - PRODUCTS 24
A. Equipment – 25
1. Closed-Circuit Television Camera 26
a. The television camera used shall be one specifically designed and constructed 27
for sewer inspection. Lighting for the camera shall be suitable to allow a clear 28
picture of the entire periphery of the pipe. The camera shall be operative in 29
100 percent humidity/submerged conditions. The equipment will provide a 30
view of the pipe ahead of the equipment and of features to the side of the 31
equipment through turning and rotation of the lens. The camera shall be 32
capable of tilting at right angles along the axis of the pipe while panning the 33
camera lens through a full circle about the circumference of the pipe. The 34
lights on the camera shall also be capable of panning 90-degrees to the axis of 35
the pipe. 36
b. The radial view camera must be solid state color and have remote control of the 37
rotational lens. The camera shall be capable of viewing the complete 38
circumference of the pipe and manhole structure, including the cone-section or 39
corbel. The camera lens shall be an auto-iris type with remote controlled 40
manual override. 41
2. Video Capture System 42
33 01 31 - 7
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – STORM DRAIN/STORM SEWER
Page 7 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 8, 2023
a. The video and audio recordings of the storm inspections shall be made using 1
digital video equipment. A video enhancer may be used in conjunction with, 2
but not in lieu of, the required equipment. The digital recording equipment shall 3
capture sewer inspection on USB drive, with each pipe route (from upstream 4
node to downstream node) inspection recorded as an individual file in MPEG4 5
Audio/Video (.mp4) format. 6
b. The system shall be capable of printing pipeline inspection reports with 7
captured images of defects or other related significant visual information on a 8
standard color printer. 9
c. The system shall store digitized color picture images and be saved in digital 10
format. 11
d. The system shall be able to produce data reports to include, at a minimum, all 12
observation points and pertinent data. All data reports shall match the defect 13
severity codes outlined in the NASSCO PACP V7 standard. 14
e. Camera footage, date, Pipe Route ID, & manhole/node numbers shall be 15
maintained in real time and shall be displayed on the video monitor as well as 16
the video character generators illuminated footage display at the control 17
console. 18
PART 3 - EXECUTION 19
3.1 INSTALLERS [NOT USED] 20
3.2 EXAMINATION [NOT USED] 21
3.3 PREPARATION 22
A. General 23
1. Prior to inspection, City shall provide asset identification numbers to Contractor. 24
Inspections performed using identification numbers other than those specified by 25
City will be rejected. 26
2. If cleaning is required, inspection shall not commence until the storm drain section 27
to be televised has been completely cleaned in conformance with Section 33 04 50. 28
3. Inspection of newly installed storm drains shall not begin prior to completion of the 29
following: 30
a. All manhole work is complete 31
b. Installation of all lateral lines 32
4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. 33
3.4 INSPECTION (CCTV) 34
A. General 35
1. CCTV inspections are to be conducted by pipe route 36
a. A pipe route is defined as: 37
1) The inspection route through pipes of interest and bounded by upstream 38
and downstream access points. Access points include but are not limited to 39
manholes, inlets, and outfalls 40
b. For each route, provide a unique inspection video, reports, and photos in a 41
NASSCO PACP-compatible database. 42
33 01 31 - 8
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – STORM DRAIN/STORM SEWER
Page 8 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 8, 2023
c. Provide to City or City’s Agent the inspection data for each pipe route as part 1
of the same data deliverable. Data for a single route should not be split across 2
data deliverables. 3
2. If cleaning is required, begin inspection immediately after cleaning of the main. 4
3. Move camera through the line in either direction at a moderate rate, stopping when 5
necessary to permit proper documentation of the main’s condition. 6
4. Do not move camera at a speed greater than 30 feet per minute. 7
5. Use manual winches, power winches, TV cable, and power rewinds that do not 8
obstruct the camera view, allowing for proper evaluation. 9
6. Use a camera with a camera height adjustment so that the camera lens is always 10
centered at one-half the inside diameter, or higher in the pipe being inspected. 11
Provide a lighting system that allows the features and condition of the pipe to be 12
clearly seen. A reflector in front of the camera may be required to enhance lighting 13
in dark or large diameter pipe. 14
7. During investigation stop camera at each defect along the main 15
a. Record the nature, location and orientation of the defect as specified in the 16
CCTV Manual. 17
8. Pan and tilt the camera to provide additional detail at: 18
a. Manholes – include condition of manhole in its entirety and interior corrosion 19
protection (if applicable) (Camera should pan the entire manhole from top as 20
well as while lowering into manhole, also show complete view of invert) 21
b. Laterals – pan the Camera to get a complete overview of service connection 22
including zooming into lateral connection. Include location (i.e. 3 o’clock, 9 23
o’clock, etc. 24
c. Joints - Include comment on condition, signs of damage, etc. 25
d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 26
joints, obstructions or debris (show as % of pipe diameter). If debris has been 27
found in the pipe during the post-construction inspection, additional cleaning is 28
required and pipe shall be re-televised. 29
e. Infiltration/Inflow locations 30
f. Material changes – Include changes of pipe material and/or repair and 31
rehabilitation locations 32
g. Other locations that do not appear to be typical for normal pipe conditions 33
h. Note locations where camera is underwater and level as a % of pipe diameter. 34
9. Provide accurate distance measurement. 35
a. The distance counter device is to be accurate to the nearest 1/10 foot 36
B. Pre-Installation Inspection for Storm Drain Pipes to be rehabilitated 37
1. Perform Pre-CCTV inspection immediately after cleaning of the main and before 38
rehabilitation work. 39
2. If, during inspection, the CCTV will not pass through the entire section of main due 40
to blockage or pipe defect, perform a Reverse Setup so the inspection can be 41
performed from the opposite access point. 42
3. Provisions for repairing or replacing the impassable location are addressed in 43
Section 33 41 10, Section 33 41 11, Section 33 41 12, and 33 41 13. 44
C. Post-Installation Inspection 45
1. Complete manhole installation before inspection begins. 46
33 01 31 - 9
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – STORM DRAIN/STORM SEWER
Page 9 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 8, 2023
2. Inspect storm drain after pavement is placed. 1
3. Prior to inserting the camera, flush and clean the main in accordance to Section 30 2
04 50. 3
D. Documentation of CCTV Inspection 4
1. Storm Drain 5
a. Provided documentation for video, data logging, and reporting in accordance 6
with City of Fort Worth Transportation/Public Works Department 7
requirements. 8
b. All CCTV Inspection shall be submitted to the Stormwater Infrastructure 9
Management Staff for review and approval from City’s Inspector/PM. Once 10
received, Stormwater Infrastructure Management Staff will review and notify 11
video’s acceptance within three (3) business days of receiving data from City’s 12
Inspector/PM 13
3.5 REPAIR / RESTORATION [NOT USED] 14
3.6 RE-INSTALLATION [NOT USED] 15
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 16
3.8 SYSTEM STARTUP [NOT USED] 17
3.9 ADJUSTING [NOT USED] 18
3.10 CLEANING 19
A. See Section 33 04 50. 20
3.11 CLOSEOUT ACTIVITIES [NOT USED] 21
3.12 PROTECTION [NOT USED] 22
3.13 MAINTENANCE [NOT USED] 23
3.14 ATTACHMENTS [NOT USED] 24
END OF SECTION 25
26
Revision Log
DATE NAME SUMMARY OF CHANGE
12/8/2023 M Owen
1.1 A. Require post installation CCTV inspection for ALL storm drain pipe and pre
installation CCTV inspection to at least next MH when connecting to existing
system for CITY CIP projects
3.4 C. Post CCTV inspection required AFTER pavement in place
33 01 31 - 10
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – STORM DRAIN/STORM SEWER
Page 10 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 8, 2023
33 04 10 - 1
JOINT BONDING AND ELECTRICAL ISOLATION
Page 1 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
SECTION 33 04 10 1
JOINT BONDING AND ELECTRICAL ISOLATION 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Joint bonding requirements for electrical continuity of: 6
a. Concrete cylinder pipe 7
b. Mortar coated steel pipe 8
c. Dielectrically coated steel pipe 9
d. Ductile iron pipe, as required on Drawings 10
2. Electrical isolation devices for installation at: 11
a. Connections to existing piping 12
b. Laterals 13
c. Cased crossings 14
d. Tunnels 15
e. Selected below grade to above ground piping transitions 16
B. Deviations from this City of Fort Worth Standard Specification 17
1. Modified 1.2.A.1.b.1) 18
2. Added 1.2.A.1.b.2) 19
3. Modified 1.2.A.2.b.1) 20
4. Added 1.2.A.2.b.2) 21
C. Related Specification Sections include, but are not necessarily limited to: 22
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 23
Contract 24
2. Division 1 – General Requirements 25
3. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 26
1.2 PRICE AND PAYMENT PROCEDURES 27
A. Measurement and Payment 28
1. When a pay item for Cathodic Protection exists: 29
a. Measurement 30
1) This Item is subsidiary to Cathodic Protection construction. 31
b. Payment 32
1) Unit Price - The work performed and materials furnished in accordance 33
with this Item are subsidiary to the lump sum price bid for “Cathodic 34
Protection” for each material of utility pipe bid, and no other compensation 35
will be allowed. 36
2) Lump Sum Price - The work performed and materials furnished in 37
accordance with this Item and measured as provided under 38
“Measurement” will be included in the total lump sum price. 39
2. When a pay item for Cathodic Protection does not exist: 40
a. Measurement 41
33 04 10 - 2
JOINT BONDING AND ELECTRICAL ISOLATION
Page 2 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1) Measurement for this Item is by lump sum. 1
b. Payment 2
1) Unit Price - The work performed and materials furnished in accordance 3
with this Item and measured as provided under “Measurement” will be paid 4
for at the lump sum price bid for “Joint Bonding and Electrical Isolation”. 5
2) Lump Sum Price - The work performed and materials furnished in 6
accordance with this Item and measured as provided under 7
“Measurement” will be included in the total lump sum price. 8
3. The price bid shall include: 9
a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by 10
the Drawings 11
b. Mobilization 12
c. Excavation 13
d. Furnishing, placement, and compaction of backfill 14
e. Field welding 15
f. Connections 16
g. Adjustments 17
h. Testing 18
i. Clean-up 19
j. Start-up/Commissioning 20
1.3 REFERENCES 21
A. Reference Standards 22
1. Reference standards cited in this Specification refer to the current reference 23
standard published at the time of the latest revision date logged at the end of this 24
Specification, unless a date is specifically cited. 25
2. ASTM International (ASTM). 26
3. American Water Works Association (AWWA): 27
a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 28
4. NACE International (NACE). 29
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30
1.5 SUBMITTALS 31
A. Submittals shall be in accordance with Section 01 33 00. 32
B. All submittals shall be approved by the City prior to delivery and/or fabrication for 33
specials. 34
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 35
A. Product Data 36
1. Manufacturer's catalog cut sheets shall be submitted for each item. 37
a. Include the manufacturer's name and provide sufficient information to show 38
that the materials meet the requirements of the Contract Documents for: 39
1) Flange Isolation 40
2) Bonding Clips for Concrete Cylinder Pipe 41
3) Petrolatum tape 42
2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly 43
identify the item proposed. 44
33 04 10 - 3
JOINT BONDING AND ELECTRICAL ISOLATION
Page 3 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
B. Test and Evaluation Reports 1
1. Record results for the Post-Installation Thermite Weld Inspection and submit to the 2
City for approval prior to backfilling. 3
2. Record results for bonded joint testing and submit to City for approval prior to 4
backfilling. 5
3. Record results for the continuity test for casing to carrier pipe and submit to the 6
City for approval prior to backfilling. 7
1.7 CLOSEOUT SUBMITTALS 8
A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation 9
shall be submitted to the City. 10
B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 11
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12
1.9 QUALITY ASSURANCE [NOT USED] 13
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14
1.11 FIELD [SITE] CONDITIONS [NOT USED] 15
1.12 WARRANTY [NOT USED] 16
PART 2 - PRODUCTS 17
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 18
2.2 MATERIALS 19
A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project 20
include, but are not limited to, the following: 21
1. Electrical continuity bonds 22
2. Flange isolation assemblies 23
3. Casing spacers 24
4. Casing end seals 25
B. Electrical Continuity Bonds 26
1. Applications for Electrical Continuity Bonding include the following: 27
a. Bonding across bolted joint assemblies 28
b. Bonding across gasketed joint assemblies 29
C. Flange Isolation 30
1. Required applications of dielectric flange isolation assemblies include, but are not 31
limited to, selected locations where new piping is mechanically connected to 32
existing piping. 33
2. Gasket 34
a. Isolating and seal gasket 35
b. G-10 Epoxy Glass material 36
c. Full face 37
d. 1/8-inch thickness 38
33 04 10 - 4
JOINT BONDING AND ELECTRICAL ISOLATION
Page 4 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. 1
f. NSF 61 certified 2
g. A minimum of 800 volts/mil dielectric strength is required. 3
h. Flange shall seal for the test pressure without leaking. 4
3. Sleeves 5
a. Provide full length mylar sleeves. 6
4. Washers 7
a. Provide double G-10 washer sets. 8
D. Casing Spacers 9
1. For piping installed in tunnels or cased crossings, install casing spacers between the 10
piping and the casing or tunnel liner to provide electrical isolation in accordance 11
with Section 33 05 24. 12
E. Casing End Seals 13
1. See Section 33 05 24 for casing end seals. 14
2.3 ACCESSORIES [NOT USED] 15
2.4 SOURCE QUALITY CONTROL [NOT USED] 16
PART 3 - EXECUTION 17
3.1 INSTALLERS [NOT USED] 18
3.2 EXAMINATION [NOT USED] 19
3.3 PREPARATION 20
A. Preparation of Concrete Pipe for Bonding 21
1. General 22
a. Fabrication 23
1) Use concrete pipe for this project that has been fabricated in such a manner 24
as to establish electrical continuity between metallic components of pipe 25
and joints. 26
b. Acceptable Methods 27
1) Establish electrical continuity as indicated in the Contract Documents. 28
2. Criteria for Electric Continuity 29
a. Tensile Wire 30
1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms 31
between any wire and steel joint ring at end of pipe farthest from that wire. 32
2) Manufacturer is to report values obtained and method of measurement. 33
b. Internal Pipe Joint Components 34
1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between 35
any component and steel pipe cylinder. 36
3. Tensile Wire Continuity 37
a. Establish continuity between tensile wire coils and steel cylinder on embedded 38
cylinder type pre-stressed pipe by tightly wrapping tensile wire over 39
longitudinal mild steel straps during pipe manufacture. 40
33 04 10 - 5
JOINT BONDING AND ELECTRICAL ISOLATION
Page 5 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
b. Use and install 2 continuous straps 180 degrees apart longitudinally along the 1
pipe. 2
1) These straps must maintain electrical continuity between metallic 3
components. 4
c. Use steel straps made of mild steel and free of grease, mill scale or other high 5
resistance deposits. 6
d. Make longitudinal straps electrically continuous with pipe cylinder by steel 7
fasteners of suitable dimensions placed between steel cylinder and longitudinal 8
straps. 9
1) Connect fasteners so as to remain intact during pipe fabrication process. 10
4. Steel Cylinder Continuity 11
a. Establish continuity of all joint components and steel cylinder. 12
1) These components include anchor socket brackets, anchor socket, spigot 13
ring and bell ring. 14
b. If mechanical contact does not provide a resistance of less than 0.03 ohms 15
between components, tack weld component to provide electrical continuity. 16
B. Preparation of Steel Pipe for Bonding 17
1. Bonding wires are not required for welded steel pipe. 18
2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 19
as shown on the Drawings. 20
C. Preparation of Ductile Iron Pipe for Bonding 21
1. Install insulated bond wires as shown on the Drawings. 22
D. Electrical Bond Wires 23
1. Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded, copper cable 24
with THHN insulation. 25
2. Remove 1 inch of THHN insulation from each end of the bond wire. 26
3. Thermite weld the bond wires to the pipeline. 27
4. Provide the minimum number of bond wires as shown on Drawings for steel or 28
ductile iron pipe. 29
E. Electrical Bond Clip 30
1. Weld 3 ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 31
inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot 32
of adjacent pre-stressed concrete cylinder pipe or steel pipe with rubber gasketed 33
joints. 34
2. Manufacture clips to maintain continuity regardless of small deflections of finished 35
joints. 36
3.4 INSTALLATION 37
A. Installation of Electrical Continuity Bonds by Thermite Welding 38
1. Inspection 39
a. Use continuous bond wires with no cuts or tears in the insulation covering the 40
conductor. 41
2. General 42
a. Attach bond wires at required locations by thermite welding process. 43
3. Thermite Welding Methods 44
33 04 10 - 6
JOINT BONDING AND ELECTRICAL ISOLATION
Page 6 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
a. Perform thermite welding of bond wires to piping in the following manner: 1
1) Clean and dry pipe to which the wires are to be attached. 2
2) Use grinding wheel to remove all coating, mill scale, oxide, grease and dirt 3
from an area approximately 3 inches square. 4
a) Grind surface to bright metal. 5
3) Remove approximately 1 inch of insulation from each end of wire to be 6
thermite welded to pipe exposing clean, oxide-free copper for welding. 7
4) Select proper size thermite weld mold as recommended by manufacturer. 8
Place wire or strap between graphite mold and the prepared metal surface. 9
5) Place metal disk in bottom of mold. 10
6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to 11
spread ignition powder over charge. 12
7) Close mold cover and ignite starting powder with flint gun. 13
8) After exothermic reaction, remove thermite weld mold and gently strike 14
weld with a hammer to remove weld slag. 15
9) Pull on wire or strap to assure a secure connection. 16
10) If weld is not secure or the bond breaks, repeat procedure with new wire. 17
11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ 18
tape. 19
4. Post-Installation Thermite Weld Inspection 20
a. Contractor is responsible for all testing. 21
b. All testing is to be performed by or under the supervision of certified NACE 22
personnel. 23
c. Visually examine each thermite weld connection for strength and suitable 24
coating prior to backfilling. 25
d. Measure resistance through selected bonded joints with a digital low resistance 26
ohmmeter (DLRO). 27
1) Resistance of 0.001 ohms or less is acceptable. 28
2) If the above procedure indicates a poor quality bond connection, reinstall 29
the bond. 30
3) Record results and submit to the City for approval prior to backfilling. 31
5. Backfilling of Bonded Joints 32
a. Perform backfilling of bonded piping in manner that prevents damage to the 33
bonds and all connections to the metallic structures. 34
b. Use appropriate backfill material to completely cover the electrical bond. 35
c. Provide protection so that future construction activities in the area will not 36
destroy the bonded connections. 37
d. If construction activity damages a bonded connection, install new bond wire. 38
B. Installation of Pipeline Flange Isolation Devices 39
1. Placement 40
a. Install isolation joints at the locations shown on the Drawings. 41
2. Assembly 42
a. Place gasket, sleeves and washers as recommended by the manufacturer. 43
b. Follow manufacturer's recommendations for even tightening to proper torque. 44
3. Testing 45
a. Immediately after an electrical isolation fitting has been installed, contact the 46
City to perform testing for electrical isolation effectiveness. 47
4. Painting 48
33 04 10 - 7
JOINT BONDING AND ELECTRICAL ISOLATION
Page 7 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
a. Do not use metal base paints on electrical isolation devices. 1
5. Encapsulation 2
a. Encapsulate below-grade isolation joints with the Denso Densyl Tape system 3
after the isolation joint has been tested for effectiveness. 4
C. Installation of Casing Spacers 5
1. Casing spacers shall be installed in accordance with Section 33 05 24. 6
D. Installation of End Seals 7
1. End seals shall be installed in accordance with Section 33 05 24. 8
3.5 REPAIR / RESTORATION [NOT USED] 9
3.6 RE-INSTALLATION [NOT USED] 10
3.7 FIELD QUALITY CONTROL 11
A. Testing of Joint Continuity Bonds and Isolation Joints 12
1. After the completion of the continuity bonding of individual joints, but before the 13
pipe is backfilled, each bonded joint shall be tested for electrical continuity. 14
2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a 15
portable 12-volt battery and a driven ground rod. The battery shall be connected 16
such that the positive terminal is connected to the ground rod and the negative 17
terminal is connected to the pipe section under test. The magnitude of test current is 18
not important as long as it causes a change in pipe-to-soil potential on the section of 19
pipe that is in the test current circuit. 20
3. The pipe-to-soil potential shall be measured on each side of the isolation joint using 21
a high impedance voltmeter and portable copper/copper sulfate reference electrode 22
with the test current “on” and “off’. 23
4. A joint is considered electrically continuous if the “on” and “off’ potentials are the 24
same on either side of the joint under test. 25
5. This same procedure shall be used to test individual isolation joints except that the 26
joint is considered effective if the pipe-to-soil potential is not the same when 27
measured on each side of the joint when the test current is “on”. 28
6. Record results and submit in accordance with this Specification. 29
B. Casing to Carrier Pipe Isolation Tests 30
1. Immediately after the pipe has been installed in the casing, but prior to connecting 31
the line, make pipe available for testing and contact the City to perform an electrical 32
continuity test to determine that the casing is electrically isolated from the pipeline. 33
2. The continuity test shall be fully documented and approved by the City prior to 34
backfilling. 35
3. Record results and submit in accordance with this Specification. 36
4. If the electrical isolation between carrier pipe and casing is not effective, the cause 37
shall be immediately investigated and the situation remedied. 38
5. Under no circumstances shall a shorted casing be backfilled. 39
3.8 SYSTEM STARTUP [NOT USED] 40
3.9 ADJUSTING [NOT USED] 41
33 04 10 - 8
JOINT BONDING AND ELECTRICAL ISOLATION
Page 8 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
3.10 CLEANING [NOT USED] 1
3.11 CLOSEOUT ACTIVITIES [NOT USED] 2
3.12 PROTECTION [NOT USED] 3
3.13 MAINTENANCE [NOT USED] 4
3.14 ATTACHMENTS [NOT USED] 5
END OF SECTION 6
7
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 2.2.C - Modified material specifications for gaskets, sleeves and washers
8
33 04 50 - 1
CLEANING OF SEWER MAINS
Page 1 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
SECTION 33 04 50 1
CLEANING OF PIPES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. General 5
1. Before any television inspection, pipes shall be cleaned to remove all debris, solids, 6
sand, grease, grit, etc. from the sewer and manholes. 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. Modified 1.2.A.2.a 9
2. Added 1.2.A.2.b 10
C. Related Specification Sections include, but are not necessarily limited to: 11
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 12
Contract 13
2. Division 1 – General Requirements 14
3. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection – Sanitary Sewer 15
4. Section 33 01 32 – Closed Circuit Television (CCTV) Inspection – Storm 16
Drain/Storm Sewer 17
1.2 PRICE AND PAYMENT PROCEDURES 18
A. Cleaning of Pipe 19
1. Measurement and Payment 20
a. Measurement 21
1) This Item is considered subsidiary to the pipe being cleaned. 22
b. Payment 23
1) Unit Price - The work performed and the materials furnished in accordance 24
with this Item are subsidiary to the unit price bid per linear foot of pipe 25
complete in place, and no other compensation will be allowed. 26
2) Lump Sum Price - The work performed and the materials furnished in 27
accordance with this Item are included in the total lump sum price. 28
B. Cleaning of Pipe – Condition Assessment for Storm Drain 29
1. Measurement and Payment 30
a. Measurement 31
1) This Item is to be measured by the linear foot when performed ahead of 32
storm drain condition assessment. Measurement for this Item will be by the 33
linear foot of pipe cleaned. 34
b. Payment 35
1) Unit Price - The work performed and the materials furnished in accordance 36
with this 37
Item and measured as provided under “Measurement” will paid for at the 38
unit price bid per linear foot for “Clean Storm Pipe Ahead of Condition 39
Assessment” for different ranges of pipe diameters, and no other 40
compensation will be allowed. 41
33 04 50 - 2
CLEANING OF SEWER MAINS
Page 2 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
2) Lump Sum Price - The work performed and the materials furnished in 1
accordance with this Item are included in the total lump sum price. 2
3
1.3 REFERENCES [NOT USED] 4
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5
1.5 SUBMITTALS [NOT USED] 6
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7
1.7 CLOSEOUT SUBMITTALS [NOT USED] 8
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9
1.9 QUALITY ASSURANCE [NOT USED] 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 [NOT USED] 14
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 15
2.2 PRODUCT TYPES 16
A. Use only the type of cleaning material which will not create hazards to health or 17
property or affect treatment plant processes. 18
2.3 ACCESSORIES 19
2.4 SOURCE QUALITY CONTROL 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 ERECTION/INSTALLATION/APPLICATION [NOT USED] 25
3.5 REPAIR/RESTORATION [NOT USED] 26
3.6 RE-INSTALLATION [NOT USED] 27
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28
3.8 SYSTEM STARTUP [NOT USED] 29
3.9 ADJUSTING [NOT USED] 30
33 04 50 - 3
CLEANING OF SEWER MAINS
Page 3 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
3.10 CLEANING 1
A. General 2
1. All materials, equipment, and personnel necessary to complete the cleaning of pipes 3
and manholes must be present on the jobsite prior to isolating the manhole or line 4
segment and beginning the cleaning process. 5
2. Maintain clean work and surrounding premises within the work limits so as to 6
comply with Federal, State, and local environmental and anti-pollution laws, 7
ordinances, codes, and regulations when cleaning and disposing of waste materials, 8
debris, and rubbish. 9
3. Keep the work and surrounding premises within work limits free of accumulations 10
of dirt, dust, waste materials, debris, and rubbish. 11
4. Suitable containers for storage of waste materials, debris, and rubbish shall be 12
provided until time of disposal. 13
a. It is the sole responsibility of the Contractor to secure a licensed legal dump site 14
for the disposal of this material. 15
b. Under no circumstances shall sewage or solids removed from the main or 16
manhole be dumped onto streets or into ditches, catch basins, storm drains, or 17
sanitary sewers. 18
5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. 19
from each sewer segment, including the manhole(s). 20
6. Selection of cleaning equipment and the method for cleaning shall be based on the 21
condition of the sanitary sewer mains at the time work commences and will be 22
subject to approval by the City. 23
7. All cleaning equipment and devices shall be operated by experienced personnel. 24
8. Satisfactory precautions shall be taken to protect the pipes and manholes from 25
damage that might be inflicted by the improper use of the cleaning process or 26
equipment. 27
9. Any damages done to a sewer main and/or structure by the Contractor shall be 28
repaired by the Contractor at no additional cost and to the satisfaction of the City. 29
10. Cleaning shall also include the manhole wall washing by high pressure water jet. 30
11. The Contractor may be required to demonstrate the performance capabilities of the 31
cleaning equipment proposed for use on the project. 32
a. If the results obtained by the proposed pipe cleaning equipment are not 33
satisfactory, the Contractor shall use different equipment and/or attachments, as 34
required, to meet City satisfaction. 35
b. More than 1 type of equipment/attachments may be required at a location. 36
12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, 37
weir, dam, or suction shall be constructed in the downstream manhole in such a 38
manner that all the solids and debris are trapped for removal. 39
13. Whenever hydraulically-propelled cleaning tools which depend upon water 40
pressure to provide their cleaning force, or any tool which retard the flow of water 41
in the pipes are used, precautions shall be taken to insure that the water pressure 42
created does not cause any damage or flooding to public or private property being 43
served by the manhole section involved. 44
14. Any damage of property, as a result of flooding, shall be the liability and 45
responsibility of the Contractor. 46
33 04 50 - 4
CLEANING OF SEWER MAINS
Page 4 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
15. The flow of wastewater present in the sanitary sewer main shall be utilized to 1
provide necessary fluid for hydraulic cleaning devices whenever possible. 2
16. When additional quantities of water from fire hydrants are necessary to avoid delay 3
in normal working procedures, the water shall be conserved and not used 4
unnecessarily. 5
a. No fire hydrant shall be obstructed or used when there is a fire in the area. 6
b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter 7
and all related charges for the set-up, including the water usage bills from 8
respective water purveyor agency. 9
c. All expenses shall be considered incidental to the cleaning of the existing pipes. 10
B. Methods 11
1. Hydraulic Cleaning 12
a. Hydraulic-propelled devices which require a head of water to operate must 13
utilize a collapsible dam. 14
b. The dam must be easily collapsible to prevent damage to the sewer main, 15
property, etc. 16
c. When using hydraulically-propelled devices, precautions shall be taken to 17
insure that the water pressure created does not cause damage or flood public or 18
private property. 19
d. Do not increase the hydraulic gradient of the sanitary sewers beyond the 20
elevation that could cause overflow of sewage into area waterways or laterals. 21
e. The flow of wastewater present in the sanitary sewer main shall be utilized to 22
provide necessary fluid for hydraulic cleaning devices whenever possible. 23
2. High-Velocity Cleaning 24
a. Cleaning equipment that uses a high velocity water jet for removing debris shall 25
be capable of producing a minimum volume of 50 gpm, with a pressure of 26
1,500 psi, for a pipe and 3,500 psi for the (manhole) structure at the pump. 27
1) Any variations to this pumping rate must be approved, in advance, by the 28
City. 29
2) To prevent damage to older sewer mains and property, a pressure less than 30
1500 psi can be used. 31
3) A working pressure gauge shall be used on the discharge of all high 32
pressure water pumps. 33
4) For sewers 18 inches and larger in diameter, in addition to conventional 34
nozzles, use a nozzle which directs the cleaning force to the bottom of the 35
pipe. 36
5) Operate the equipment so that the pressurized nozzle continues to move at 37
all times. 38
6) The pressurized nozzle shall be turned off or reduced anytime the hose is 39
on hold or delayed in order to prevent damage to the line. 40
3. Mechanical Cleaning 41
a. Mechanical cleaning, in addition to normal cleaning when required, shall be 42
with approved equipment and accessories driven by power winching devices. 43
b. Submit the equipment manufacturer's operational manual and guidelines to the 44
City, which shall be followed strictly unless modified by the City. 45
c. All equipment and devices shall be operated by experienced operators so that 46
they do not damage the pipe in the process of cleaning. 47
33 04 50 - 5
CLEANING OF SEWER MAINS
Page 5 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other 1
debris-removing equipment/accessories shall be used as appropriate and 2
necessary in the field, in conjunction with the approved power machines. 3
e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, 4
snakes, scooters, sewer balls, kites, and other approved equipment, in 5
conjunction with hand winching device, and/or gas, electric rod propelled 6
devices, shall be considered normal cleaning equipment. 7
3.11 CLOSEOUT ACTIVITIES [NOT USED] 8
3.12 PROTECTION [NOT USED] 9
3.13 MAINTENANCE [NOT USED] 10
3.14 ATTACHMENTS [NOT USED] 11
END OF SECTION 12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
3/11/2022 M Owen Revised language to refer to cleaning of pipes instead of sewer
14
15
16
17
18
19
20
21
- 1
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 1 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
SECTION 33 05 10 1
UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Excavation, Embedment and Backfill for: 6
a. Pressure Applications 7
1) Water Distribution or Transmission Main 8
2) Wastewater Force Main 9
3) Reclaimed Water Main 10
b. Gravity Applications 11
1) Wastewater Gravity Mains 12
2) Storm Sewer Pipe and Culverts 13
3) Storm Sewer Precast Box and Culverts 14
2. Including: 15
a. Excavation of all material encountered, including rock and unsuitable materials 16
b. Disposal of excess unsuitable material 17
c. Site specific trench safety 18
d. Pumping and dewatering 19
e. Embedment 20
f. Concrete encasement for utility lines 21
g. Backfill 22
h. Compaction 23
B. Deviations from this City of Fort Worth Standard Specification 24
1. Modified 1.2.A.1.b.1) 25
2. Added 1.2.A.1.b.2) 26
3. Modified 1.2.A.2.b.1) 27
4. Added 1.2.A.2.b.2) 28
5. Modified 1.2.A.3.b.1) 29
6. Added 1.2.A.3.b.2) 30
7. Modified 1.2.A.4.b.1) 31
8. Added 1.2.A.4.b.2) 32
9. Added 1.2.A.4.c 33
10. Modified 1.2.A.5.b.1) 34
11. Added 1.2.A.5.b.2) 35
C. Related Specification Sections include, but are not necessarily limited to: 36
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 37
Contract 38
2. Division 1 – General Requirements 39
3. Section 02 41 13 – Selective Site Demolition 40
4. Section 02 41 15 – Paving Removal 41
- 2
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 2 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
5. Section 02 41 14 – Utility Removal/Abandonment 1
6. Section 03 30 00 – Cast-in-place Concrete 2
7. Section 03 34 13 – Controlled Low Strength Material (CLSM) 3
8. Section 31 10 00 – Site Clearing 4
9. Section 31 25 00 – Erosion and Sediment Control 5
10. Section 33 05 26 – Utility Markers/Locators 6
11. Section 34 71 13 – Traffic Control 7
1.2 PRICE AND PAYMENT PROCEDURES 8
A. Measurement and Payment 9
1. Trench Excavation, Embedment and Backfill associated with the installation of an 10
underground utility or excavation 11
a. Measurement 12
1) This Item is considered subsidiary to the installation of the utility pipe line 13
as designated in the Drawings. 14
b. Payment 15
1) Unit Price - The work performed and the materials furnished in accordance 16
with this Item are considered subsidiary to the installation of the utility pipe 17
for the type of embedment and backfill as indicated on the plans. No other 18
compensation will be allowed. 19
2) Lump Sum Price - The work performed and the materials furnished in 20
accordance with this Item are included in the total lump sum price. 21
2. Imported Embedment or Backfill 22
a. Measurement 23
1) Measured by the cubic yard as delivered to the site and recorded by truck 24
ticket provided to the City 25
b. Payment 26
1) Unit Price - Imported fill shall only be paid when using materials for 27
embedment and backfill other than those identified in the Drawings. The 28
work performed and materials furnished in accordance with pre-bid item 29
and measured as provided under “Measurement” will be paid for at the unit 30
price bid per cubic yard of “Imported Embedment/Backfill” delivered to the 31
Site for: 32
a) Various embedment/backfill materials 33
2) Lump Sum Price - The work performed and the materials furnished in 34
accordance with this Item are included in the total lump sum price. 35
c. The price bid shall include: 36
1) Furnishing backfill or embedment as specified by this Specification 37
2) Hauling to the site 38
3) Placement and compaction of backfill or embedment 39
3. Concrete Encasement for Utility Lines 40
a. Measurement 41
1) Measured by the cubic yard per plan quantity. 42
b. Payment 43
1) Unit Price - The work performed and materials furnished in accordance 44
with this Item and measured as provided under “Measurement” will be paid 45
for at the unit price bid per cubic yard of “Concrete Encasement for Utility 46
Lines” per plan quantity. 47
- 3
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 3 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
2) Lump Sum Price - The work performed and the materials furnished in 1
accordance with this Item are included in the total lump sum price. 2
c. The price bid shall include: 3
1) Furnishing, hauling, placing and finishing concrete in accordance with 4
Section 03 30 00 5
2) Clean-up 6
4. Ground Water Control 7
a. Measurement 8
1) Measurement shall be lump sum when a ground water control plan is 9
specifically required by the Contract Documents. 10
b. Payment 11
1) Unit Price - Payment shall be per the lump sum price bid for “Ground 12
Water Control” including: 13
2) Lump Sum Price - The work performed and the materials furnished in 14
accordance with this Item are included in the total lump sum price. 15
3) The price bid shall include: 16
a) Submittals 17
b) Additional Testing 18
c) Ground water control system installation 19
d) Ground water control system operations and maintenance 20
e) Disposal of water 21
f) Removal of ground water control system 22
5. Trench Safety 23
a. Measurement 24
1) Measured per linear foot of excavation for all trenches that require trench 25
safety in accordance with OSHA excavation safety standards (29 CFR Part 26
1926 Subpart P Safety and Health regulations for Construction) 27
b. Payment 28
1) Unit Price - The work performed and materials furnished in accordance 29
with this Item and measured as provided under “Measurement” will be paid 30
for at the unit price bid per linear foot of excavation to comply with OSHA 31
excavation safety standards (29 CFR Part 1926.650 Subpart P), including, 32
but not limited to, all submittals, labor and equipment. 33
2) Lump Sum Price - The work performed and the materials furnished in 34
accordance with this Item are included in the total lump sum price. 35
1.3 REFERENCES 36
A. Definitions 37
1. General – Definitions used in this section are in accordance with Terminologies 38
ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 39
noted. 40
2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 41
haunching bedding, springline, pipe zone and foundation are defined as shown in 42
the following schematic: 43
- 4
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 4 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
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 C33-24 Standard Specifications for Concrete Aggregates 16
b. ASTM C88-24 Soundness of Aggregate by Use of Sodium Sulfate or 17
Magnesium Sulfate 18
c. C131/C131M-20 Standard Test Method for Resistance to Degradation of 19
Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles 20
Machine 21
d. ASTM C136-19 Test Method for Sieve Analysis of Fine and Coarse Aggregate 22
- 5
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 5 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
e. ASTM C535-16 Standard Test Method for Resistance to Degradation of Large-1
Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 2
f. ASTM D448-12 Standard Classification for Sizes of Aggregate for Road and 3
Bridge Construction. 4
g. 5
h. ASTM D558/D558M-19 – Standard Test method for Moisture-Density 6
Relations of Soil-Cement Mixture 7
i. ASTM D698-12 Test Method for Laboratory Compaction Characteristics of 8
Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 9
j. ASTM D1556/D1556M Standard Test Methods for Density and Unit Weight of 10
Soils in Place by Sand Cone Method. 11
k. ASTM D2321-10 Underground Installation of Thermoplastic Pipe for Sewers 12
and Other Gravity-Flow Applications 13
l. ASTM 2487 – 1 Standard Classification of Soils for Engineering Purposes 14
(Unified Soil Classification System) 15
m. ASTM D2922 – Standard Test Methods for Density of Soils and Soil 16
Aggregate in Place by Nuclear Methods (Shallow Depth) 17
n. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in 18
place by Nuclear Methods (Shallow Depth) 19
o. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 20
Weight of Soils and Calculations of Relative Density 21
3. OSHA 22
a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 23
Regulations for Construction, Subpart P - Excavations 24
1.4 ADMINISTRATIVE REQUIREMENTS 25
A. Coordination 26
1. Utility Company Notification 27
a. Notify area utility companies at least 48 hours in advance, excluding weekends 28
and holidays, before starting excavation. 29
b. Request the location of buried lines and cables in the vicinity of the proposed 30
work. 31
B. Sequencing 32
1. Sequence work for each section of the pipe installed to complete the embedment 33
and backfill placement on the day the pipe foundation is complete. 34
2. Sequence work such that proctors are complete in accordance with ASTM D698 35
prior to commencement of construction activities. 36
1.5 SUBMITTALS 37
A. Submittals shall be in accordance with Section 01 33 00. 38
B. All submittals shall be approved by the City prior to construction. 39
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40
A. Shop Drawings 41
1. Provide detailed drawings and explanation for ground water and surface water 42
control, if required. 43
- 6
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 6 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
2. Trench Safety Plan in accordance with Occupational Safety and Health 1
Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 2
Excavations 3
3. Stockpiled excavation and/or backfill material 4
a. Provide a description of the storage of the excavated material only if the 5
Contract Documents do not allow storage of materials in the right-of-way of the 6
easement. 7
1.7 CLOSEOUT SUBMITTALS [NOT USED] 8
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9
1.9 QUALITY ASSURANCE [NOT USED] 10
1.10 DELIVERY, STORAGE, AND HANDLING 11
A. Storage 12
1. Within Existing Rights-of-Way (ROW) 13
a. Spoil, imported embedment and backfill materials may be stored within 14
existing ROW, easements or temporary construction easements, unless 15
specifically disallowed in the Contract Documents. 16
b. Do not block drainage ways, inlets or driveways. 17
c. Provide erosion control in accordance with Section 31 25 00. 18
d. Store materials only in areas barricaded as provided in the traffic control plans. 19
e. In non-paved areas, do not store material on the root zone of any trees or in 20
landscaped areas. 21
2. Designated Storage Areas 22
a. If the Contract Documents do not allow the storage of spoils, embedment or 23
backfill materials within the ROW, easement or temporary construction 24
easement, then secure and maintain an adequate storage location. 25
b. Provide an affidavit that rights have been secured to store the materials on 26
private property. 27
c. Provide erosion control in accordance with Section 31 25 00. 28
d. Do not block drainage ways. 29
e. Only materials used for 1 working day will be allowed to be stored in the work 30
zone. 31
B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 32
1.11 FIELD [SITE] CONDITIONS 33
A. Existing Conditions 34
1. Any data which has been or may be provided on subsurface conditions is not 35
intended as a representation or warranty of accuracy or continuity between soils. It 36
is expressly understood that neither the City nor the Engineer will be responsible 37
for interpretations or conclusions drawn there from by the Contractor. 38
2. Data is made available for the convenience of the Contractor. 39
- 7
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 7 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
1.12 WARRANTY [NOT USED] 1
PART 2 - PRODUCTS 2
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 3
2.2 MATERIALS 4
A. Materials 5
1. Utility Sand 6
a. Granular and free flowing 7
b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 8
fine aggregate according to ASTM C 33 9
c. Reasonably free of organic material 10
d. Gradation: sand material consisting of durable particles, free of thin or 11
elongated pieces, lumps of clay, loam or vegetable matter and meets the 12
following gradation may be used for utility sand embedment/backfill 13
14
Sieve Size Percent Retained
½” 0
¼” 0-5
#4 0-10
#16 0-20
#50 20-70
#100 60-90
#200 90-100
15
e. The City has a pre-approved list of sand sources for utility embedment. The 16
pre-approved list can be found on the City website, Project Resources page. 17
The utility sand sources in the pre-approved list have demonstrated continued 18
quality and uniformity on City of Fort Worth projects. Sand from these sources 19
are pre-approved for use on City projects without project specific testing. 20
2. Crushed Rock 21
a. Durable crushed rock or recycled concrete 22
b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 23
c. May be unwashed 24
d. Free from significant silt clay or unsuitable materials 25
e. Percentage of wear not more than 40 percent per ASTM C131 or C535 26
f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 27
sodium sulfate soundness per ASTM C88 28
3. Fine Crushed Rock 29
a. Durable crushed rock 30
b. Meets the gradation of ASTM D448 size numbers 8 or 89 31
c. May be unwashed 32
d. Free from significant silt clay or unsuitable materials. 33
e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 34
f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 35
sodium sulfate soundness per ASTM C88 36
4. Ballast Stone 37
- 8
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 8 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
a. Stone ranging from 3 inches to 6 inches in greatest dimension. 1
b. May be unwashed 2
c. Free from significant silt clay or unsuitable materials 3
d. Percentage of wear not more than 40 percent per ASTM C131 or C535 4
e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 5
sodium sulfate soundness per ASTM C88 6
5. Acceptable Backfill Material 7
a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 8
ASTM D2487 9
b. Free from deleterious materials, boulders over 6 inches in size and organics 10
c. Can be placed free from voids 11
d. Must have 20 percent passing the number 200 sieve 12
6. Blended Backfill Material 13
a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 14
b. Blended with in-situ or imported acceptable backfill material to meet the 15
requirements of an Acceptable Backfill Material 16
c. Free from deleterious materials, boulders over 6 inches in size and organics 17
d. Must have 20 percent passing the number 200 sieve 18
7. Unacceptable Backfill Material 19
a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 20
D2487 21
8. Select Fill 22
a. Classified as SC or CL in accordance with ASTM D2487 23
b. Liquid limit less than 35 24
c. Plasticity index between 8 and 20 25
9. Cement Stabilized Sand (CSS) 26
a. Sand 27
1) Shall be clean, durable sand meeting grading requirements for fine 28
aggregates of ASTM C33 and the following requirements: 29
a) Classified as SW, SP, or SM by the United Soil Classification System 30
of ASTM D2487 31
b) Deleterious materials 32
(1) Clay lumps, ASTM C142, less than 0.5 percent 33
(2) Lightweight pieces, ASTM C123, less than 5.0 percent 34
(3) Organic impurities, ASTM C40, color no darker than standard 35
color 36
(4) Plasticity index of 4 or less when tested in accordance with ASTM 37
D4318. 38
b. Minimum of 4 percent cement content of Type I/II Portland or Blended 39
hydraulic cement 40
c. Water 41
1) Potable water, free of soils, acids, alkalis, organic matter or other 42
deleterious substances, meeting requirements of ASTM C94 43
d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. 44
e. Strength 45
1) A minimum of 100 psi compressive strength at 7 days in accordance with 46
ASTM D1633, Method A 47
2) The maximum compressive strength in 7 days shall be 400 psi. 48
- 9
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 9 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
3) The material will be considered unacceptable and subject to removal and 1
replacement at contractor’s expense when the 7-day compressive strength is 2
less than 100 psi or more than 400 psi. 3
f. Random samples of delivered product will be taken in the field at point of 4
delivery for each day of placement in the work area. Specimens will be 5
prepared in accordance with ASTM D1632. 6
10. Controlled Low Strength Material (CLSM) 7
a. Conform to Section 03 34 13 8
11. Trench Geotextile Fabric 9
a. Soils other than ML or OH in accordance with ASTM D2487 10
1) Needle punch, nonwoven geotextile composed of polypropylene fibers 11
2) Fibers shall retain their relative position 12
3) Inert to biological degradation 13
4) Resist naturally occurring chemicals 14
5) UV Resistant 15
6) Mirafi 140N by Tencate, or approved equal 16
b. Soils Classified as ML or OH in accordance with ASTM D2487 17
1) High-tenacity monofilament polypropylene woven yarn 18
2) Percent open area of 8 percent to10 percent 19
3) Fibers shall retain their relative position 20
4) Inert to biological degradation 21
5) Resist naturally occurring chemicals 22
6) UV Resistant 23
7) Mirafi FW402 by Tencate, or approved equal 24
12. Concrete Encasement 25
a. Conform to Section 03 30 00. 26
2.3 ACCESSORIES [NOT USED] 27
2.4 SOURCE QUALITY CONTROL [NOT USED] 28
PART 3 - EXECUTION 29
3.1 INSTALLERS [NOT USED] 30
3.2 EXAMINATION 31
A. Verification of Conditions 32
1. Review all known, identified or marked utilities, whether public or private, prior to 33
excavation. 34
2. Locate and protect all known, identified and marked utilities or underground 35
facilities as excavation progresses. 36
3. Notify all utility owners within the project limits 48 hours prior to beginning 37
excavation. 38
4. The information and data shown in the Drawings with respect to utilities is 39
approximate and based on record information or on physical appurtenances 40
observed within the project limits. 41
5. Coordinate with the Owner(s) of underground facilities. 42
- 10
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 10 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
6. Immediately notify any utility owner of damages to underground facilities resulting 1
from construction activities. 2
7. Repair any damages resulting from the construction activities. 3
B. Notify the City immediately of any changed condition that impacts excavation and 4
installation of the proposed utility. 5
3.3 PREPARATION 6
A. Protection of In-Place Conditions 7
1. Pavement 8
a. Conduct activities in such a way that does not damage existing pavement that is 9
designated to remain. 10
1) Where desired to move equipment not licensed for operation on public 11
roads or across pavement, provide means to protect the pavement from all 12
damage. 13
b. Repair or replace any pavement damaged due to the negligence of the 14
contractor outside the limits designated for pavement removal at no additional 15
cost to the City. 16
2. Drainage 17
a. Maintain positive drainage during construction and re-establish drainage for all 18
swales and culverts affected by construction. 19
3. Trees 20
a. When operating outside of existing ROW, stake permanent and temporary 21
construction easements. 22
b. Restrict all construction activities to the designated easements and ROW. 23
c. Flag and protect all trees designated to remain in accordance with Section 31 10 24
00. 25
d. Conduct excavation, embedment and backfill in a manner such that there is no 26
damage to the tree canopy. 27
e. Prune or trim tree limbs as specifically allowed by the Drawings or as 28
specifically allowed by the City. 29
1) Pruning or trimming may only be accomplished with equipments 30
specifically designed for tree pruning or trimming. 31
f. Remove trees specifically designated to be removed in the Drawings in 32
accordance with Section 31 10 00. 33
4. Above ground Structures 34
a. Protect all above ground structures adjacent to the construction. 35
b. Remove above ground structures designated for removal in the Drawings in 36
accordance with Section 02 41 13 37
5. Traffic 38
a. Maintain existing traffic, except as modified by the traffic control plan, and in 39
accordance with Section 34 71 13. 40
b. Do not block access to driveways or alleys for extended periods of time unless: 41
1) Alternative access has been provided 42
2) Proper notification has been provided to the property owner or resident 43
3) It is specifically allowed in the traffic control plan 44
c. Use traffic rated plates to maintain access until access is restored. 45
6. Traffic Signal – Poles, Mast Arms, Pull boxes, Detector loops 46
- 11
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 11 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
a. Notify the City’s Transportation Management Division a minimum of 48 hours 1
prior to any excavation that could impact the operations of an existing traffic 2
signal. 3
b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 4
and detector loops. 5
c. Immediately notify the City’s Transportation Management Division if any 6
damage occurs to any component of the traffic signal due to the contractors 7
activities. 8
d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 9
cabinets, conduit and detector loops as a result of the construction activities. 10
7. Fences 11
a. Protect all fences designated to remain. 12
b. Leave fence in the equal or better condition as prior to construction. 13
3.4 INSTALLATION 14
A. Excavation 15
1. Excavate to a depth indicated on the Drawings. 16
2. Trench excavations are defined as unclassified. No additional payment shall be 17
granted for rock or other in-situ materials encountered in the trench. 18
3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 19
and bracing in accordance with the Excavation Safety Plan. 20
4. The bottom of the excavation shall be firm and free from standing water. 21
a. Notify the City immediately if the water and/or the in-situ soils do not provide 22
for a firm trench bottom. 23
b. The City will determine if any changes are required in the pipe foundation or 24
bedding. 25
5. Unless otherwise permitted by the Drawings or by the City, the limits of the 26
excavation shall not advance beyond the pipe placement so that the trench may be 27
backfilled in the same day. 28
6. Over Excavation 29
a. Fill over excavated areas with the specified bedding material as specified for 30
the specific pipe to be installed. 31
b. No additional payment will be made for over excavation or additional bedding 32
material. 33
7. Unacceptable Backfill Materials 34
a. In-situ soils classified as unacceptable backfill material shall be separated from 35
acceptable backfill materials. 36
b. If the unacceptable backfill material is to be blended in accordance with this 37
Specification, then store material in a suitable location until the material is 38
blended. 39
c. Remove all unacceptable material from the project site that is not intended to be 40
blended or modified. 41
8. Rock – No additional compensation will be paid for rock excavation or other 42
changed field conditions. 43
B. Shoring, Sheeting and Bracing 44
- 12
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 12 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
1. Engage a Licensed Professional Engineer in the State of Texas to design a site 1
specific excavation safety system in accordance with Federal and State 2
requirements. 3
2. Excavation protection systems shall be designed according to the space limitations 4
as indicated in the Drawings. 5
3. Furnish, put in place and maintain a trench safety system in accordance with the 6
Excavation Safety Plan and required by Federal, State or local safety requirements. 7
4. If soil or water conditions are encountered that are not addressed by the current 8
Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 9
Texas to modify the Excavation Safety Plan and provide a revised submittal to the 10
City. 11
5. Do not allow soil, or water containing soil, to migrate through the Excavation 12
Safety System in sufficient quantities to adversely affect the suitability of the 13
Excavation Protection System. Movable bracing, shoring plates or trench boxes 14
used to support the sides of the trench excavation shall not: 15
a. Disturb the embedment located in the pipe zone or lower 16
b. Alter the pipe’s line and grade after the Excavation Protection System is 17
removed 18
c. Compromise the compaction of the embedment located below the spring line of 19
the pipe and in the haunching 20
C. Water Control 21
1. Surface Water 22
a. Furnish all materials and equipment and perform all incidental work required to 23
direct surface water away from the excavation. 24
2. Ground Water 25
a. Furnish all materials and equipment to dewater ground water by a method 26
which preserves the undisturbed state of the subgrade soils. 27
b. Do not allow the pipe to be submerged within 24 hours after placement. 28
c. Do not allow water to flow over concrete until it has sufficiently cured. 29
d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 30
Control Plan if any of the following conditions are encountered: 31
1) A Ground Water Control Plan is specifically required by the Contract 32
Documents 33
2) If in the sole judgment of the City, ground water is so severe that an 34
Engineered Ground Water Control Plan is required to protect the trench or 35
the installation of the pipe which may include: 36
a) Ground water levels in the trench are unable to be maintained below 37
the top of the bedding 38
b) A firm trench bottom cannot be maintained due to ground water 39
c) Ground water entering the excavation undermines the stability of the 40
excavation. 41
d) Ground water entering the excavation is transporting unacceptable 42
quantities of soils through the Excavation Safety System. 43
e. In the event that there is no bid item for a Ground Water Control and the City 44
requires an Engineered Ground Water Control Plan due to conditions 45
discovered at the site, the contractor will be eligible to submit a change order. 46
f. Control of ground water shall be considered subsidiary to the excavation when: 47
- 13
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 13 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
1) No Ground Water Control Plan is specifically identified and required in the 1
Contract Documents 2
g. Ground Water Control Plan installation, operation and maintenance 3
1) Furnish all materials and equipment necessary to implement, operate and 4
maintain the Ground Water Control Plan. 5
2) Once the excavation is complete, remove all ground water control 6
equipment not called to be incorporated into the work. 7
h. Water Disposal 8
1) Dispose of ground water in accordance with City policy or Ordinance. 9
2) Do not discharge ground water onto or across private property without 10
written permission. 11
3) Permission from the City is required prior to disposal into the Sanitary 12
Sewer. 13
4) Disposal shall not violate any Federal, State or local regulations. 14
D. Embedment and Pipe Placement 15
1. Water Lines less than, or equal to, 12 inches in diameter: 16
a. The entire embedment zone shall be of uniform material. 17
b. Utility sand shall be generally used for embedment. 18
c. If ground water is in sufficient quantity to cause sand to pump, then use 19
crushed rock as embedment. 20
1) If crushed rock is not specifically identified in the Contract Documents, 21
then crushed rock shall be paid by the pre-bid unit price. 22
d. Place evenly spread bedding material on a firm trench bottom. 23
e. Provide firm, uniform bedding. 24
f. Place pipe on the bedding in accordance with the alignment of the Drawings. 25
g. In no case shall the top of the pipe be less than 42 inches from the surface of the 26
proposed grade, unless specifically called for in the Drawings. 27
h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 28
more than 12 inches, above the pipe. 29
i. Where gate valves are present, the initial backfill shall extend to 6 inches above 30
the elevation of the valve nut. 31
j. Form all blocking against undisturbed trench wall to the dimensions in the 32
Drawings. 33
k. Compact embedment and initial backfill. 34
l. Place marker tape on top of the initial trench backfill in accordance with 35
Section 33 05 26. 36
2. Water Lines 16-inches through 24-inches in diameter: 37
a. The entire embedment zone shall be of uniform material. 38
b. Utility sand may be used for embedment when the excavated trench depth is 39
less than 15 feet deep. 40
c. Crushed rock or fine crushed rock shall be used for embedment for excavated 41
trench depths 15 feet, or greater. 42
d. Crushed rock shall be used for embedment for steel pipe. 43
e. Provide trench geotextile fabric at any location where crushed rock or fine 44
crushed rock come into contact with utility sand 45
f. Place evenly spread bedding material on a firm trench bottom. 46
g. Provide firm, uniform bedding. 47
1) Additional bedding may be required if ground water is present in the 48
trench. 49
- 14
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 14 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
2) If additional crushed rock is required not specifically identified in the 1
Contract Documents, then crushed rock shall be paid by the pre-bid unit 2
price. 3
h. Place pipe on the bedding according to the alignment shown on the Drawings. 4
i. The pipe line shall be within: 5
1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 6
lines 7
j. Place and compact embedment material to adequately support haunches in 8
accordance with the pipe manufacturer’s recommendations. 9
k. Place remaining embedment including initial backfill to a minimum of 6 inches, 10
but not more than 12 inches, above the pipe. 11
l. Where gate valves are present, the initial backfill shall extend to up to the valve 12
nut. 13
m. Compact the embedment and initial backfill to 95 percent Standard Proctor 14
ASTM D 698. 15
n. Density test performed by a commercial testing firm approved by the City to 16
verify that the compaction of embedment meets requirements. 17
o. Place trench geotextile fabric on top of the initial backfill. 18
p. Place marker tape on top of the trench geotextile fabric in accordance with 19
Section 33 05 26. 20
3. Water Lines 30-inches and greater in diameter 21
a. The entire embedment zone shall be of uniform material. 22
b. Crushed rock shall be used for embedment. 23
c. Provide trench geotextile fabric at any location where crushed rock or fine 24
crushed rock come into contact with utility sand. 25
d. Place evenly spread bedding material on a firm trench bottom. 26
e. Provide firm, uniform bedding. 27
1) Additional bedding may be required if ground water is present in the 28
trench. 29
2) If additional crushed rock is required which is not specifically identified in 30
the Contract Documents, then crushed rock shall be paid by the pre-bid unit 31
price. 32
f. Place pipe on the bedding according to the alignment shown on the Drawings. 33
g. The pipe line shall be within: 34
1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 35
h. Place and compact embedment material to adequately support haunches in 36
accordance with the pipe manufacturer’s recommendations. 37
i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 38
not exceed the spring line prior to compaction. 39
j. Place remaining embedment, including initial backfill, to a minimum of 6 40
inches, but not more than 12 inches, above the pipe. 41
k. Where gate valves are present, the initial backfill shall extend to up to the valve 42
nut. 43
l. Compact the embedment and initial backfill to 95 percent Standard Proctor 44
ASTM D 698. 45
m. Density test may be performed by a commercial testing firm approved by the 46
City to verify that the compaction of embedment meets requirements. 47
n. Place trench geotextile fabric on top of the initial backfill. 48
o. Place marker tape on top of the trench geotextile fabric in accordance with 49
Section 33 05 26. 50
- 15
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 15 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 1
a. The entire embedment zone shall be of uniform material. 2
b. Crushed rock shall be used for embedment. 3
c. Place evenly spread bedding material on a firm trench bottom. 4
d. Spread bedding so that lines and grades are maintained and that there are no 5
sags in the sanitary sewer pipe line. 6
e. Provide firm, uniform bedding. 7
1) Additional bedding may be required if ground water is present in the 8
trench. 9
2) If additional crushed rock is required which is not specifically identified in 10
the Contract Documents, then crushed rock shall be paid by the pre-bid unit 11
price. 12
f. Place pipe on the bedding according to the alignment shown in the Drawings. 13
g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 14
with the grade shown on the Drawings. 15
h. Place and compact embedment material to adequately support haunches in 16
accordance with the pipe manufacturer’s recommendations. 17
i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 18
exceed the spring line prior to compaction. 19
j. Place remaining embedment including initial backfill to a minimum of 6 inches, 20
but not more than 12 inches, above the pipe. 21
k. Compact the embedment and initial backfill to 95 percent Standard Proctor 22
ASTM D 698. 23
l. Density test may be performed by a commercial testing firm approved by the 24
City to verify that the compaction of embedment meets requirements. 25
m. Place trench geotextile fabric on top of the initial backfill. 26
n. Place marker tape on top of the trench geotextile fabric in accordance with 27
Section 33 05 26. 28
5. Storm Sewer (RCP) 29
a. The bedding and the pipe zone up to the spring line shall be of uniform 30
material. 31
b. Crushed rock shall be used for embedment up to the spring line. 32
c. The specified backfill material may be used above the spring line. 33
d. Place evenly spread bedding material on a firm trench bottom. 34
e. Spread bedding so that lines and grades are maintained and that there are no 35
sags in the storm sewer pipe line. 36
f. Provide firm, uniform bedding. 37
1) Additional bedding may be required if ground water is present in the 38
trench. 39
2) If additional crushed rock is required which is not specifically identified in 40
the Contract Documents, then crushed rock shall be paid by the pre-bid unit 41
price. 42
g. Place pipe on the bedding according to the alignment of the Drawings. 43
h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 44
with the grade, shown on the Drawings. 45
i. Place embedment material up to the spring line. 46
1) Place embedment to ensure that adequate support is obtained in the haunch. 47
j. Compact the embedment and initial backfill to 95 percent Standard Proctor 48
ASTM D 698. 49
- 16
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 16 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
k. Density test may be performed by a commercial testing firm approved by the 1
City to verify that the compaction of embedment meets requirements. 2
l. Place trench geotextile fabric on top of pipe and crushed rock. 3
6. Storm Sewer (PP - Polypropylene) 4
a. The entire embedment zone shall be of uniform material. 5
b. Crushed rock shall be used for embedment up to top of pipe. 6
c. Place evenly spread bedding material on a firm trench bottom. 7
d. Spread bedding so that lines and grades are maintained and that there are no sags 8
in the storm sewer pipe line. 9
e. 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 13
identified in the Contract Documents, then crushed rock shall be paid 14
by the pre-bid unit price. 15
f. Place pipe on the bedding according to the alignment shown in the Drawings. 16
g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 17
the grade shown on the Drawings. 18
h. Place and compact embedment material to adequately support haunches in 19
accordance with the pipe manufacturer’s recommendations. 20
i. Compact the embedment and initial backfill to 95 percent Standard Proctor 21
ASTM D 698. 22
j. Density test may be performed by City to verify that the compaction of 23
embedment meets requirements. 24
k. Place trench geotextile fabric on top of the initial backfill. 25
7. Storm Sewer Reinforced Concrete Box 26
a. Crushed rock shall be used for bedding. 27
b. The pipe zone and the initial backfill shall be: 28
1) Crushed rock, or 29
2) Acceptable backfill material compacted to 95 percent Standard Proctor 30
density 31
c. Place evenly spread compacted bedding material on a firm trench bottom. 32
d. Spread bedding so that lines and grades are maintained and that there are no 33
sags in the storm sewer pipe line. 34
e. Provide firm, uniform bedding. 35
1) Additional bedding may be required if ground water is present in the 36
trench. 37
2) If additional crushed rock is required which is not specifically identified in 38
the Contract Documents, then crushed rock shall be paid by the pre-bid unit 39
price. 40
f. Fill the annular space between multiple boxes with crushed rock, CLSM 41
according to 03 34 13. 42
g. Place pipe on the bedding according to the alignment of the Drawings. 43
h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the 44
grade, shown on the Drawings. 45
i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 46
D698. 47
8. Water Services (Less than 2 Inches in Diameter) 48
a. The entire embedment zone shall be of uniform material. 49
- 17
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 17 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
b. Utility sand shall be generally used for embedment. 1
c. Place evenly spread bedding material on a firm trench bottom. 2
d. Provide firm, uniform bedding. 3
e. Place pipe on the bedding according to the alignment of the Plans. 4
f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 5
9. Sanitary Sewer Services 6
a. The entire embedment zone shall be of uniform material. 7
b. Crushed rock shall be used for embedment. 8
c. Place evenly spread bedding material on a firm trench bottom. 9
d. Spread bedding so that lines and grades are maintained and that there are no 10
sags in the sanitary sewer pipe line. 11
e. Provide firm, uniform bedding. 12
1) Additional bedding may be required if ground water is present in the 13
trench. 14
2) If additional crushed rock is required which is not specifically identified in 15
the Contract Documents, then crushed rock shall be paid by the pre-bid unit 16
price. 17
f. Place pipe on the bedding according to the alignment of the Drawings. 18
g. Place remaining embedment, including initial backfill, to a minimum of 6 19
inches, but not more than 12 inches, above the pipe. 20
h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 21
i. Density test may be required to verify that the compaction meets the density 22
requirements. 23
E. Trench Backfill 24
1. At a minimum, place backfill in such a manner that the required in-place density 25
and moisture content is obtained, and so that there will be no damage to the surface, 26
pavement or structures due to any trench settlement or trench movement. 27
a. Meeting the requirement herein does not relieve the responsibility to damages 28
associated with the Work. 29
2. Backfill Material 30
a. Final backfill (not under existing pavement or future pavement) 31
1) Backfill with: 32
a) Acceptable backfill material 33
b) Blended backfill material, or 34
c) Select backfill material, CSS, or CLSM when specifically required 35
b. Final backfill depth 15 feet or greater (under existing or future pavement) 36
1) Backfill depth from 0 to15 feet deep 37
a) Backfill with: 38
(1) Acceptable backfill material 39
(2) Blended backfill material, or 40
(3) Select backfill material, CSS, or CLSM when specifically required 41
2) Backfill depth from 15 feet and greater 42
a) Backfill with: 43
(1) Select Fill 44
(2) CSS, or 45
(3) CLSM when specifically required 46
c. Backfill for service lines: 47
1) Backfill for water or sewer service lines shall be the same as the 48
requirement of the main that the service is connected to. 49
- 18
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 18 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
3. Required Compaction and Density 1
a. Final backfill (depths less than 15 feet/under existing or future pavement) 2
1) Compact acceptable backfill material, blended backfill material or select 3
backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 4
moisture content within -2 to +5 percent of the optimum moisture. 5
2) CSS or CLSM requires no compaction. 6
b. Final backfill (depths 15 feet and greater/under existing or future pavement) 7
1) Compact select backfill to a minimum of 98 percent Standard Proctor per 8
ASTM D 698 at moisture content within -2 to +5 percent of the optimum 9
moisture up to the final grade. 10
2) CSS or CLSM requires no compaction. 11
c. Final backfill (not under existing or future pavement) 12
1) Compact acceptable backfill material blended backfill material, or select 13
backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 14
moisture content within -2 to +5 percent of the optimum moisture. 15
4. Saturated Soils 16
a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 17
optimum moisture content, the soils are considered saturated. 18
b. Flooding the trench or water jetting is strictly prohibited. 19
c. If saturated soils are identified in the Drawings or Geotechnical Report in the 20
Appendix, Contractor shall proceed with Work following all backfill 21
procedures outlined in the Drawings for areas of soil saturation greater than 5 22
percent. 23
d. If saturated soils are encountered during Work but not identified in Drawings or 24
Geotechnical Report in the Appendix: 25
1) The Contractor shall: 26
a) Immediately notify the City. 27
b) Submit a Contract Claim for Extra Work associated with direction from 28
City. 29
2) The City shall: 30
a) Investigate soils and determine if Work can proceed in the identified 31
location. 32
b) Direct the Contractor of changed backfill procedures associated with 33
the saturated soils that may include: 34
(1) Imported backfill 35
(2) A site specific backfill design 36
5. Placement of Backfill 37
a. Use only compaction equipment specifically designed for compaction of a 38
particular soil type and within the space and depth limitation experienced in the 39
trench. 40
b. Flooding the trench or water setting is strictly prohibited. 41
c. Place in loose lifts not to exceed 12 inches. 42
d. Compact to specified densities. 43
e. Compact only on top of initial backfill, undisturbed trench or previously 44
compacted backfill. 45
f. Remove any loose materials due to the movement of any trench box or shoring 46
or due to sloughing of the trench wall. 47
g. Install appropriate tracking balls for water and sanitary sewer trenches in 48
accordance with Section 33 05 26. 49
- 19
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 19 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
6. Backfill Means and Methods Demonstration 1
a. Notify the City in writing with sufficient time for the City to obtain samples 2
and perform standard proctor test in accordance with ASTM D698. 3
b. The results of the standard proctor test must be received prior to beginning 4
excavation. 5
c. Upon commencing of backfill placement for the project the Contractor shall 6
demonstrate means and methods to obtain the required densities. 7
d. Demonstrate Means and Methods for compaction including: 8
1) Depth of lifts for backfill which shall not exceed 12 inches 9
2) Method of moisture control for excessively dry or wet backfill 10
3) Placement and moving trench box, if used 11
4) Compaction techniques in an open trench 12
5) Compaction techniques around structure 13
e. Provide a testing trench box to provide access to the recently backfilled 14
material. 15
f. The City will provide a qualified testing lab full time during this period to 16
randomly test density and moisture continent. 17
1) The testing lab will provide results as available on the job site. 18
7. Varying Ground Conditions 19
a. Notify the City of varying ground conditions and the need for additional 20
proctors. 21
b. Request additional proctors when soil conditions change. 22
c. The City may acquire additional proctors at its discretion. 23
d. Significant changes in soil conditions will require an additional Means and 24
Methods demonstration. 25
3.5 REPAIR [NOT USED] 26
3.6 RE-INSTALLATION [NOT USED] 27
3.7 FIELD QUALITY CONTROL 28
A. Field Tests and Inspections 29
1. Proctors 30
a. The City will perform Proctors in accordance with ASTM D698. 31
b. Test results will generally be available to within 4 calendar days and distributed 32
to: 33
1) Contractor 34
2) City Project Manager 35
3) City Inspector 36
4) Engineer 37
c. Notify the City if the characteristic of the soil changes. 38
d. City will perform new proctors for varying soils: 39
1) When indicated in the geotechnical investigation in the Appendix 40
2) If notified by the Contractor 41
3) At the convenience of the City 42
e. Trenches where different soil types are present at different depths, the proctors 43
shall be based on the mixture of those soils. 44
2. Density Testing of Backfill 45
a. Density Tests shall be in conformance with ASTM D2922. 46
b. Provide a testing trench protection for trench depths in excess of 5 feet. 47
- 20
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 20 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
c. Place, move and remove testing trench protection as necessary to facilitate all 1
test conducted by the commercial testing firm approved by the City. 2
d. The commercial testing lab will perform moisture/density test for every 200-ft 3
or less of trench length, as measured along the length of the pipe. A minimum 4
of one test shall be performed for every 2 vertical feet of compacted backfill 5
material, independent of the contractor’s lift thickness for compaction. Test 6
locations shall be staggered within each lift so that successive lifts are not 7
tested in the same location. A random number generator may be used to 8
determine test locations. Moisture/density tests shall be performed at a depth 9
not more than 2 feet above the top of the pipe bedding and in 2-foot increments 10
up to the final grade. The project inspector or project manager may request 11
testing at an increased frequency and/or at specific locations. 12
e. The contractor can proceed with subsequent earthwork only after test results for 13
previously completed work comply with requirements. If the required 14
compaction density has not been obtained, the backfill should be scarified and 15
moistened or aerated, or removed to a depth required, and be replaced with 16
approved backfill, and re-compacted to the specified density at the contractor’s 17
expense. In no case will excavation, pipe-laying, or other operation be allowed 18
to proceed until the specified compaction is attained. 19
f. The testing lab will provide results to Contractor and the City’s Inspector upon 20
completion of the testing. 21
g. A formal report will be posted to the City’s Accela (Developer Projects) and 22
BIM 360 (City Projects) site within 48 hours. 23
h. Test reports shall include: 24
1) Location of test by station number 25
2) Time and date of test 26
3) Depth of testing 27
4) Field moisture 28
5) Dry density 29
6) Proctor identifier 30
7) Percent Proctor Density 31
3. Density of Embedment 32
a. Storm sewer boxes that are embedded with acceptable backfill material, 33
blended backfill material, cement modified backfill material or select material 34
will follow the same testing procedure as backfill. 35
b. The City may test fine crushed rock or crushed rock embedment in accordance 36
with ASTM D2922 or ASTM 1556. 37
B. Non-Conforming Work 38
1. All non-conforming work shall be removed and replaced. 39
- 21
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 21 of 21
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
3.8 SYSTEM STARTUP [NOT USED] 1
3.9 ADJUSTING [NOT USED] 2
3.10 CLEANING [NOT USED] 3
3.11 CLOSEOUT ACTIVITIES [NOT USED] 4
3.12 PROTECTION [NOT USED] 5
3.13 MAINTENANCE [NOT USED] 6
3.14 ATTACHMENTS [NOT USED] 7
END OF SECTION 8
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
1.2 – Added Item for Concrete Encasement for Utility Lines
Various Sections – Revised Depths to Include 15’ and greater
3.3.A – Additional notes for pavement protection and positive drainage.
3.4.E.2 – Added requirements for backfill of service lines.
3.4.E.5 – Added language prohibiting flooding of trench
6/18/2013 D. Johnson
1.2.A.3 – Clarified measurement and payment for concrete encasement as per plan
quantity
2.2.A – Added language for concrete encasement
11/09/16 Z. Arega 2.2.A.1.d Modify gradation for sand material
2/26/2021 Z. Arega
2.2 A. 1. E. - Added reference to pre-approved list of sand sources for embedment;
3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 -
Provided clarification re: use of commercial testing firms approved by City and
backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing
requirements.
4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene)
12/13/24 M Owen
1.3 B. – Updated reference standards
2.2 A. 9. b. – Clarified Portland or Blended hydraulic cement
2.2 A. 9. e. – Added limits for methods of CSS mixing and clarified testing values
resulting in required replacement
9
33 05 13 - 1
FRAME, COVER, AND GRADE RINGS
Page 1 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3
Revised September 9, 2022
SECTION 33 05 13 1
FRAME, COVER, AND GRADE RINGS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes 5
1. Cast iron frame, cover and grade rings used as access ports into water, sanitary 6
sewer and storm drain structures such manholes or vaults. 7
2. Compression Molded Composite Frames and Covers used as access ports into 8
sanitary sewer structures such as manholes and junction boxes. 9
B. Deviations from this City of Fort Worth Standard Specification 10
1. Modified 1.2.A.2.a 11
2. Added 1.2.A.2.b 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. Unit Price - The work performed and the materials furnished in accordance 23
with this Item are subsidiary to the unit price bid per each structure complete in 24
place, and no other compensation will be allowed. 25
b. Lump Sum Price - The work performed and the materials furnished in 26
accordance with this Item are included in the total lump sum price. 27
1.3 REFERENCES 28
A. Reference Standards 29
1. Reference standards cited in this specification refer to the current reference standard 30
published at the time of the latest revision date logged at the end of this 31
specification, unless a date is specifically cited. 32
2. ASTM International (ASTM) 33
a. ASTM A48 – Standard Specification for Gray Iron Castings 34
b. ASTM A536 - Standard Specification for Ductile Iron Castings 35
c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 36
3. American Association of State Highways and Transportation Officials (AASHTO) 37
a. AASHTO HS-25 – AASHTO Highway Bridge Specification: Axial Loading 38
to meet or exceed 21,280 pounds/wheel load 39
33 05 13 - 2
FRAME, COVER, AND GRADE RINGS
Page 2 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3
Revised September 9, 2022
b. AASHTO M306 – Standard Specification for Drainage, Sewer, Utility and 1
Related Castings 2
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3
1.5 SUBMITTALS 4
A. Submittals shall be in accordance with Section 01 33 00. 5
B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 6
specials. 7
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8
A. Product Data 9
1. All castings shall be cast with: 10
a. Approved foundry’s name 11
b. Part number 12
c. Country of origin 13
2. All moldings shall display: 14
a. Approved Molder 15
b. Molding date 16
c. Wording that material is non-metallic 17
d. Country of origin 18
3. Provide manufacturers: 19
a. Specifications 20
b. Load tables 21
c. Dimension diagrams 22
d. Anchor details 23
e. Installation instructions 24
B. Certificates 25
1. Manufacturer shall certify that all castings or moldings conform to the ASTM and 26
AASHTO designations. 27
1.7 CLOSEOUT SUBMITTALS [NOT USED] 28
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29
1.9 QUALITY ASSURANCE [NOT USED] 30
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31
1.11 FIELD [SITE] CONDITIONS [NOT USED] 32
1.12 WARRANTY [NOT USED] 33
PART 2 - PRODUCTS 34
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 35
2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 36
A. Manufacturers 37
33 05 13 - 3
FRAME, COVER, AND GRADE RINGS
Page 3 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3
Revised September 9, 2022
1. Only the manufacturers as listed on the City’s Standard Products List will be 1
considered as shown in Section 01 60 00 unless otherwise specified on the plans. 2
3
33 05 13 - 4
FRAME, COVER, AND GRADE RINGS
Page 4 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3
Revised September 9, 2022
a. The manufacturer must comply with this Specification and related Sections. 1
2. Any product that is not listed on the Standard Products List is considered a 2
substitution and shall be submitted in accordance with Section 01 25 00. 3
B. Cast Iron Covers 4
1. Use castings for frames that conform to ASTM A48, Class 35B or better. 5
2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 6
3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 7
loading with permanent deformation. 8
4. Covers 9
a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 10
frame and cover 11
b. Provide with 2 inch wide pick slots in lieu of pick holes. 12
c. Provide gasket in frame and cover. 13
d. Standard Dimensions 14
1) Sanitary Sewer 15
a) Provide a clear opening of 30 inches for all sanitary sewer frames and 16
cover assemblies unless otherwise specified in the Contract Documents. 17
2) Storm Drain 18
a) Provide a clear opening of 24 inches for all storm drain frames, inlets 19
and cover assemblies unless otherwise specified in the Contract 20
Documents. 21
b) Provide a minimum clear opening of 30 inches for all storm sewer 22
manholes and junction structures. 23
e. Standard Labels 24
1) Water 25
a) Cast lid with the word “WATER” in 2-inch letters across the lid. 26
2) Sanitary Sewer 27
a) Cast lid with the word “SANITARY SEWER” IN 2-inch letters across 28
the lid. 29
3) Storm Drain 30
a) Cast lid with the word “STORM DRAIN” in 2-inch letters across the 31
lid. 32
f. Hinge Covers 33
1) Provide water tight gasket on all hinged covers. 34
2) Water 35
a) Provide hinged covers for all water structures. 36
3) Sanitary Sewer 37
a) Provide hinged covers for all manholes or structures constructe over 38
24-inch sewer lines and larger and for manholes where rim elevations 39
are greater than 12 inches above the surface. 40
C. Composite Covers 41
1. All composite moldings shall consist of a thermosetting resin matrix blended and/or 42
combined with reinforcing fiber rovings, short fiber filaments, or equivalent 43
nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a 44
polymer, vinylester, or a blend of these. The moldings shall be true to pattern in 45
locations affecting their strength and value for the service intended. Before the 46
moldings are removed from the molding operation, they shall be thoroughly 47
deflashed and cleaned at the parting lines, holes, notches and all exposed edges. 48
33 05 13 - 5
FRAME, COVER, AND GRADE RINGS
Page 5 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3
Revised September 9, 2022
2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle 1
loading with permanent deformation. Composite frames shall have a minimum wall 2
thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel 3
impact. 4
3. Metal reinforcements or metal hinges molded within the composite shall not be 5
permitted. 6
4. All composite moldings shall have UV stabilizers (concentrations from 0.05% to 7
5%) added prior to shaping the product by injection molding. 8
5. Covers 9
a. Composite covers shall be compression molded under high pressures (>0.5 10
tons/sq inch of x-y surface area) and high temperatures (>200 degrees F). 11
Components for locking systems below the cover exposed to sewer 12
environment shall be made of noncorrosive materials such as nonmagnetic 316 13
stainless steel (Austenite) or a polymer. 14
b. Size to set flush with the frame with no larger than a 1/8 inch gap between the 15
frame and cover 16
c. Provide with 2 inch wide pick slots in lieu of pick holes. 17
d. Provide gasket in frame and cover. 18
e. Standard Dimensions 19
1) Sanitary Sewer and Water 20
a) Provide a clear opening of 30 inches for all sanitary sewer frames and 21
cover assemblies unless otherwise specified in the Contract Documents. 22
f. Standard Labels 23
1) Sanitary Sewer 24
a) Cast lid with the word “SANITARY SEWER” in 1-1/2-inch 25
(minimum) or 2-inch (maximum) letters across the lid. 26
2) Water 27
a) Cast lid with the word “WATER” in 1-1/2-inch (minimum) or 2-28
inch (maximum) letters across the lid. 29
b) 30
g. Hinge Covers 31
1) Hinged covers shall be double-hinged allowing a minimal 180o full 32
opening. 33
2) Provide water tight gasket on all hinged covers. 34
3) Sanitary Sewer 35
a) Provide hinged covers for all manholes or structures constructed over 36
all sewer lines. 37
D. Grade Rings 38
1. Provide grade rings in sizes from 2-inch up to 8-inch. 39
2. Precast concrete grade rings are not permitted. 40
3. Riser adjustment to surface grade may be constructed using circular Sonotube® 41
forms. 42
E. Joint Sealant 43
1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 44
form. 45
2. Provide sealant that is not dependent on a chemical action for its adhesive 46
properties or cohesive strength. 47
33 05 13 - 6
FRAME, COVER, AND GRADE RINGS
Page 6 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3
Revised September 9, 2022
3. Provide adhesive as recommended by manufacturer on composite covers/grade 1
rings. 2
2.3 ACCESSORIES [NOT USED] 3
2.4 SOURCE QUALITY CONTROL [NOT USED] 4
PART 3 - EXECUTION 5
3.1 INSTALLERS [NOT USED] 6
3.2 EXAMINATION [NOT USED] 7
3.3 PREPARATION [NOT USED] 8
3.4 INSTALLATION 9
A. Grade Rings 10
1. Place as shown in the City Standard Details. 11
2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 12
3. Seal each composite grade ring with sealant specified in this Specification and as 13
shown on the City Standard Details. 14
B. Frame and Cover 15
1. Water 16
a. For water structures install frame, cover and grade rings in accordance with 17
applicable City Standard Detail. 18
2. Sanitary Sewer 19
a. For sanitary sewer structures install frame, cover and grade rings in accordance 20
with applicable City Standard Detail. 21
3. Storm Drain 22
a. For storm drain structures install frame, cover and grade rings in accordance 23
with applicable City Standard Detail. 24
4. Hinge Cover 25
a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain 26
and where specified on the Drawings. 27
C. Joint Sealing 28
1. Seal frame, grade rings and structure with specified sealant. 29
D. Concrete Collar 30
1. Provide concrete collar around all frame and cover assemblies constructed at grade. 31
33 05 13 - 7
FRAME, COVER, AND GRADE RINGS
Page 7 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 104489-3
Revised September 9, 2022
3.5 REPAIR / RESTORATION [NOT USED] 1
3.6 RE-INSTALLATION [NOT USED] 2
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3
3.8 SYSTEM STARTUP [NOT USED] 4
3.9 ADJUSTING [NOT USED] 5
3.10 CLEANING [NOT USED] 6
3.11 CLOSEOUT ACTIVITIES [NOT USED] 7
3.12 PROTECTION [NOT USED] 8
3.13 MAINTENANCE [NOT USED] 9
3.14 ATTACHMENTS [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 2.2.B.4.d.2)b) – Updated to clear opening dimensions to 22 ½ 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 specifications to correspond to standard detail revisions.
09/09/2022 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
33 05 17 - 1
CONCRETE COLLARS
Page 1 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
SECTION 33 05 17 1
CONCRETE COLLARS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Concrete Collars for Manholes 6
2. This Item is intended for use in asphalt streets and unimproved areas – not for use 7
in concrete streets. 8
B. Deviations from this City of Fort Worth Standard Specification 9
1. Modified 1.2.A.1.b.1 10
2. Added 1.2.A.1.b.2 11
C. Related Specification Sections include but are not necessarily limited to: 12
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13
Contract 14
2. Division 1 – General Requirements 15
3. Section 03 30 00 – Cast-In-Place Concrete 16
4. Section 03 80 00 – Modifications to Existing Concrete Structures 17
5. Section 33 05 13 – Frame, Cover, and Grade Rings 18
1.2 PRICE AND PAYMENT PROCEDURES 19
A. Measurement and Payment 20
1. Manhole 21
a. Measurement 22
1) Measurement for this Item shall be per each. 23
b. Payment 24
1) Unit Price - The work performed and the materials furnished in accordance 25
with this Item shall be paid for at the unit price bid per each “Concrete 26
Collar for Manhole” installed. 27
2) Lump Sum Price - The work performed and the materials furnished in 28
accordance with this Item shall be included in the total lump sum 29
price. 30
c. The price bid will include: 31
1) Concrete Collar 32
2) Excavation 33
3) Forms 34
4) Reinforcing steel (if required) 35
5) Concrete 36
6) Backfill 37
7) Pavement removal 38
8) Hauling 39
9) Disposal of excess material 40
10) Placement and compaction of backfill 41
33 05 17 - 2
CONCRETE COLLARS
Page 2 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
11) Clean-up 1
12) Additional pavement around perimeter of concrete collar as required for 2
rim adjustment on existing manhole. 3
2. Valve 4
a. Measurement 5
1) Measurement for this Item shall be per each. 6
b. Payment 7
1) The work performed and the materials furnished in accordance with this 8
Item shall be paid for at the unit price bid for each “Concrete Collar for 9
Valve” installed. 10
2) The price bid will include: 11
a) Concrete Collar 12
b) Excavation 13
c) Forms 14
d) Reinforcing steel (if required) 15
e) Concrete 16
f) Backfill 17
g) Pavement removal 18
h) Hauling 19
i) Disposal of excess material 20
j) Placement and compaction of backfill 21
k) Clean-up 22
l) Additional pavement around perimeter of concrete collar as required 23
for rim adjustment on existing manhole. 24
25
26
27
33 05 17 - 3
CONCRETE COLLARS
Page 3 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
1.3 REFERENCES 1
A. Reference Standards 2
1. Reference standards cited in this Specification refer to the current reference 3
standard published at the time of the latest revision date logged at the end of this 4
Specification, unless a date is specifically cited. 5
2. ASTM International (ASTM): 6
a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 7
b. D4259, Standard Practice for Abrading Concrete. 8
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9
1.5 SUBMITTALS [NOT USED] 10
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11
1.7 CLOSEOUT SUBMITTALS [NOT USED] 12
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13
1.9 QUALITY ASSURANCE [NOT USED] 14
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15
1.11 FIELD [SITE] CONDITIONS [NOT USED] 16
1.12 WARRANTY [NOT USED] 17
PART 2 - PRODUCTS 18
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 19
2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 20
A. Materials 21
1. Concrete – Conform to Section 03 30 00. 22
2. Reinforcing Steel – Conform to Section 03 21 00. 23
3. Frame and Cover – Conform to Section 33 05 13. 24
4. Grade Ring – Conform to Section 33 05 13. 25
2.3 ACCESSORIES [NOT USED] 26
2.4 SOURCE QUALITY CONTROL [NOT USED] 27
PART 3 - EXECUTION 28
3.1 INSTALLERS [NOT USED] 29
3.2 EXAMINATION 30
A. Evaluation and Assessment 31
1. Verify lines and grades are in accordance to the Drawings. 32
33 05 17 - 4
CONCRETE COLLARS
Page 4 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 11, 2022
3.3 PREPARATION [NOT USED] 1
3.4 INSTALLATION 2
A. Final Rim Elevation 3
1. Install concrete grade rings for height adjustment. 4
a. Construct grade ring on load bearing shoulder of manhole. 5
b. Use sealant between rings as shown on Drawings. 6
c. Sono Tube or approved equivalent may be used to perform the adjustment as 7
substitute for grade rings. 8
2. Set frame on top of manhole or grade rings using continuous water sealant o clean 9
smooth surface (when sono tube is used in lieu of grade rings, sealant is not 10
required). 11
3. Remove debris, stones and dirt to ensure a watertight seal. 12
4. Do not use steel shims, wood, stones or other unspecified material to obtain the 13
final surface elevation of the manhole frame. 14
3.5 REPAIR / RESTORATION [NOT USED] 15
3.6 RE-INSTALLATION [NOT USED] 16
3.7 FIELD QUALITY CONTROL [NOT USED] 17
3.8 SYSTEM STARTUP [NOT USED] 18
3.9 ADJUSTING [NOT USED] 19
3.10 CLEANING [NOT USED] 20
3.11 CLOSEOUT ACTIVITIES [NOT USED] 21
3.12 PROTECTION [NOT USED] 22
3.13 MAINTENANCE [NOT USED] 23
3.14 ATTACHMENTS [NOT USED] 24
END OF SECTION 25
26
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 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 approved equal product in lieu of grade ring
27
33 05 26 - 1
UTILITY MARKERS/LOCATORS
Page 1 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
SECTION 33 05 26 1
UTILITY MARKERS/LOCATORS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Buried and surface utility markers for utility construction 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. Modified 1.2.A.2.a 8
2. Added 1.2.A.2.b 9
C. Related Specification Sections include, but are not necessarily limited to: 10
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 11
Contract 12
2. Division 1 – General Requirements 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Utility Markers/Locators 15
1. Measurement 16
a. Measurement for this Item will be by lump sum. 17
2. Payment 18
a. Unit Price - The work performed and materials furnished in accordance with 19
this Item will be paid for at the lump sum price bid for “Utility Markers”. 20
b. The work performed and materials furnished in accordance with this Item 21
and measured as provided under “Measurement” will be included in the 22
total lump sum price. 23
3. The price bid shall include: 24
a. Furnishing and installing Utility Markers as specified by the Drawings 25
b. Mobilization 26
c. Pavement removal 27
d. Excavation 28
e. Hauling 29
f. Disposal of excess material 30
g. Furnishing, placement and compaction of backfill 31
h. Clean-up 32
1.3 REFERENCES 33
A. Reference Standards 34
1. Reference standards cited in this Specification refer to the current reference 35
standard published at the time of the latest revision date logged at the end of this 36
Specification, unless a date is specifically cited. 37
2. American Public Works Association (AWPA): 38
a. Uniform Color Code. 39
33 05 26 - 2
UTILITY MARKERS/LOCATORS
Page 2 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1
1.5 SUBMITTALS 2
A. Submittals shall be in accordance with Section 01 33 00. 3
B. All submittals shall be approved by the City prior to delivery. 4
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5
A. Product Data 6
1. Buried Marker 7
2. Surface Marker 8
1.7 CLOSEOUT SUBMITTALS [NOT USED] 9
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10
1.9 QUALITY ASSURANCE [NOT USED] 11
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12
1.11 FIELD [SITE] CONDITIONS [NOT USED] 13
1.12 WARRANTY [NOT USED] 14
PART 2 - PRODUCTS 15
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 16
2.2 MATERIALS 17
A. Manufacturers 18
1. Only the manufacturers as listed on the City’s Standard Products List will be 19
considered as shown in Section 01 60 00. 20
a. The manufacturer must comply with this Specification and related Sections. 21
2. Any product that is not listed on the Standard Products List is considered a 22
substitution and shall be submitted in accordance with Section 01 25 00. 23
3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the 24
manufacturing of Utility Markers/Locators. 25
B. Materials 26
1. Buried Markers (Detectable Warning Tape) 27
a. Provide detectable warning tape as follows: 28
1) 5.0 mil overall thickness 29
2) Width – 3 inch minimum 30
3) Weight – 27.5 pounds per inch per 1,000 square feet 31
4) Triple Layer with: 32
a) Minimum thickness 0.35 mils solid aluminum foil encased in a 33
protective inert plastic jacket 34
(1) 100 percent virgin low density polyethylene 35
(2) Impervious to all known alkalis, acids, chemical reagents and 36
solvents within soil 37
33 05 26 - 3
UTILITY MARKERS/LOCATORS
Page 3 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
(3) Aluminum foil visible to both sides 1
5) Locatable by conductive and inductive methods 2
6) Printing encased to avoid ink rub-off 3
7) Color and Legends 4
a) Potable water lines 5
(1) Color – Blue (in accordance with APWA Uniform Color Code) 6
(2) Legend – Caution Potable Water Line Below (repeated every 24 7
inches) 8
b) Reclaimed water lines 9
(1) Color – Purple (in accordance with APWA Uniform Color Code) 10
(2) Legend – Caution Reclaimed Water Line Below (repeated every 24 11
inches) 12
c) Sewer Line 13
(1) Color – Green (in accordance with APWA Uniform Color Code) 14
(2) Legend – Caution Sewer Line Below (repeated every 24 inches) 15
2. Surface Markers 16
a. Provide as follows: 17
1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 18
2) White posts with colored, ultraviolet resistant domes as follows: 19
a) Water Lines 20
(1) Color – Blue (in accordance with APWA Uniform Color Code) 21
(2) Legend – Caution Potable Water Line Below 22
b) Reclaimed water lines 23
(1) Color – Purple (in accordance with APWA Uniform Color Code) 24
(2) Legend – Caution Reclaimed Water Line Below 25
c) Sewer lines 26
(1) Color – Green (in accordance with APWA Uniform Color Code) 27
(2) Legend – Caution Sewer Line Below 28
2.3 ACCESSORIES [NOT USED] 29
2.4 SOURCE QUALITY CONTROL [NOT USED] 30
PART 3 - EXECUTION 31
3.1 INSTALLERS [NOT USED] 32
3.2 EXAMINATION [NOT USED] 33
3.3 PREPARATION [NOT USED] 34
3.4 INSTALLATION 35
A. Buried Markers (Detectable Warning Tape) 36
1. Install in accordance with manufacturer’s recommendations below natural ground 37
surface and directly above the utility for which it is marking. 38
a. Allow 18 inches minimum between utility and marker. 39
b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum 40
protection and detectability. 41
B. Surface Markers 42
33 05 26 - 4
UTILITY MARKERS/LOCATORS
Page 4 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 1
2. The warning sign for all surface markers shall be 21 inches (not including post cap). 2
3. Where possible, place surface markers near fixed objects. 3
4. Place Surface Markers at the following locations: 4
a. Buried Features 5
1) Place directly above a buried feature. 6
b. Above-Ground Features 7
1) Place a maximum of 2 feet away from an above-ground feature. 8
c. Water lines 16-inches and larger 9
1) Each right-of-way line (or end of casing pipe) for: 10
a) Highway crossings 11
b) Railroad crossings 12
2) Utility crossings such as: 13
a) High pressure or large diameter gas lines 14
b) Fiber optic lines 15
c) Underground electric transmission lines 16
d) Or other locations shown on the Drawings, or directed by the City 17
d. Surface markers not required for 12-inch and smaller water lines 18
e. For sanitary sewer lines: 19
1) In undeveloped areas, place marker maximum of 2 feet away from an 20
above-ground feature such as a manhole or combination air valve vault. 21
2) Place at 500-foot intervals along the pipeline. 22
3.5 -3.14 [NOT USED] 23
24
END OF SECTION 25
26
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout.
27
33 05 30 - 1
LOCATION OF EXISTING UTILITIES
Page 1 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
SECTION 33 05 30 1
LOCATION OF EXISTING UTILITIES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Locating and verifying the location and elevation of the existing underground 6
utilities that may conflict with a facility proposed for construction by use of: 7
a. Exploratory Excavation 8
b. Vacuum Excavation 9
B. Deviations from this City of Fort Worth Standard Specification 10
1. None. 11
C. Related Specification Sections include, but are not necessarily limited to: 12
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 13
Contract 14
2. Division 1 – General Requirements 15
3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Exploratory Excavation of Existing Utilities 19
a. Measurement 20
1) Measurement for this Item shall be per each excavation performed as 21
identified in the Drawings, or as directed. 22
b. Payment 23
1) Unit Price – The work performed and materials furnished in accordance 24
with this Item and measured as provided under “Measurement” will be paid 25
for at the unit price bid per each “Exploratory Excavation for Existing 26
Utilities” specified. 27
2) Lump Sum Price – The work performed and materials furnished in 28
accordance with this Item and measured as provided under 29
“Measurement” will be included in the total lump sum price. 30
c. The price bid shall include: 31
1) Grade survey 32
2) Pavement removal 33
3) Excavation 34
4) Utility Location 35
5) Hauling 36
6) Disposal of excess material 37
7) Furnishing, placing and compaction of embedment 38
8) Furnishing, placing and compaction of backfill 39
9) Clean-up 40
10) Surface restoration 41
2. Vacuum Excavation of Existing Utilities 42
33 05 30 - 2
LOCATION OF EXISTING UTILITIES
Page 2 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
a. Measurement 1
1) Measurement for this Item shall be per each excavation performed as 2
identified in the Drawings, or as directed. 3
b. Payment 4
1) Unit Price – The work performed and materials furnished in accordance 5
with this Item and measured as provided under “Measurement” will be paid 6
for at the unit price bid per each “Vacuum Excavation” specified. 7
2) Lump Sum Price – The work performed and materials furnished in 8
accordance with this Item and measured as provided under 9
“Measurement” will be included in the total lump sum price. 10
c. The price bid shall include: 11
1) Grade survey 12
2) Pavement removal 13
3) Vacuum Excavation 14
4) Utility Location 15
5) Hauling 16
6) Disposal of excess material 17
7) Furnishing, placing and compaction of embedment 18
8) Furnishing, placing and compaction of backfill 19
9) Clean-up 20
10) Surface restoration 21
1.3 REFERENCES 22
A. Definitions 23
1. Exploratory Excavation: Previously called “D-Hole” within the City, a method 24
used to locate existing underground utility as shown on the plans through the use of 25
standard excavation equipment. 26
2. Vacuum Excavation: Method used to locate existing underground utility as shown 27
on the plans through the use of geophysical prospecting equipment such as vacuum 28
excavation. 29
B. Reference Standards 30
1. Reference standards cited in this Specification refer to the current reference 31
standard published at the time of the latest revision date logged at the end of this 32
Specification, unless a date is specifically cited. 33
2. American Society of Civil Engineers (ASCE) 34
a. ASCE Publication CI/ASCE 38 (Standard Guideline for the Collection and 35
Depiction of Existing Subsurface Utility Data) 36
1.4 ADMINISTRATIVE REQUIREMENTS 37
A. Coordination 38
1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 39
Exploratory Excavation of Existing Utilities. 40
2. Coordinate location of all other existing utilities within vicinity of excavation prior 41
to commencing Exploratory Excavation. 42
3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 43
commencement. 44
B. Sequencing 45
33 05 30 - 3
LOCATION OF EXISTING UTILITIES
Page 3 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1. Exploratory Excavations shall be conducted prior to the construction of the entire 1
project. 2
C. Scheduling 3
1. For critical utility locations, the City may choose to be present during excavation. 4
2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 5
City personnel. 6
1.5 SUBMITTALS [NOT USED] 7
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8
1.7 CLOSEOUT SUBMITTALS 9
A. Report of Utility Location 10
1. Horizontal location of utility as surveyed 11
2. Vertical elevation of utility as surveyed 12
a. Top of utility 13
b. Spring line of utility 14
c. Existing ground 15
3. Material type, diameter and description of the condition of existing utility 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 [SITE] CONDITIONS [NOT USED] 20
1.12 WARRANTY [NOT USED] 21
PART 2 - PRODUCTS [NOT USED] 22
PART 3 - EXECUTION 23
3.1 INSTALLERS [NOT USED] 24
3.2 EXAMINATION 25
A. Verification of Conditions 26
1. Verify location of existing utilities in accordance with the General Requirements, 27
the General Notes and the Drawings. 28
3.3 PREPARATION 29
A. Coordinate with City Survey, if applicable. 30
3.4 INSTALLATION 31
A. Exploratory Excavation 32
1. Verify location of existing utility at location denoted on the Drawings, or as 33
directed by the City. 34
33 05 30 - 4
LOCATION OF EXISTING UTILITIES
Page 4 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
a. Expose utility to spring line, as necessary. 1
b. Excavate and Backfill Trench for the Exploratory Excavation in accordance 2
with Section 33 05 10. 3
B. Vacuum Excavation 4
1. Verify location of existing utility at location denoted on the Drawings, or as 5
directed by the City. 6
2. Designate the horizontal position of the existing underground utilities that are to be 7
located using geophysical prospecting equipment. 8
a. Acquire record documentation from and coordinate with utility companies, as 9
necessary to locate utility. 10
3. Perform excavation in general accordance with the recommended practices and 11
procedures described in ASCE Publication CI/ASCE 38. 12
C. Upon completion of the utility locating, submit a report of the findings. 13
D. If location of utility is in conflict with the Drawings, notify the City Project Manager 14
for appropriate design modifications. 15
E. Place embedment and backfill in accordance with Section 33 05 10. 16
F. Once necessary data is obtained, immediately restore surface to existing conditions to: 17
1. Obtain a safe and proper driving surface, if applicable 18
2. Ensure the safety of the general public 19
3. The satisfaction of the City 20
3.5 REPAIR / RESTORATION [NOT USED] 21
3.6 RE-INSTALLATION [NOT USED] 22
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 23
3.8 SYSTEM STARTUP [NOT USED] 24
3.9 ADJUSTING [NOT USED] 25
3.10 CLEANING [NOT USED] 26
3.11 CLOSEOUT ACTIVITIES [NOT USED] 27
3.12 PROTECTION [NOT USED] 28
3.13 MAINTENANCE [NOT USED] 29
3.14 ATTACHMENTS [NOT USED] 30
END OF SECTION 31
32
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities
33 05 30 - 5
LOCATION OF EXISTING UTILITIES
Page 5 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1.2 – Added Measurement of Payment for Vacuum Excavation
1.3 – Added Definitions
3.4 – Added requirements for Vacuum Excavation
1
33 11 05 - 1
BOLTS, NUTS, AND GASKETS
Page 1 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
SECTION 33 11 05 1
BOLTS, NUTS, AND GASKETS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. All nuts, bolts and gaskets associated with pressurized water utility lines including: 6
a. T-Bolts and Nuts 7
b. Flange Bolts and Nuts 8
c. Threaded Rods 9
d. Push-on Gaskets 10
e. Mechanical Joint Gaskets 11
f. Flange Gaskets 12
g. Flange Isolation Kits 13
h. Petrolatum Tape Systems 14
B. Deviations from this City of Fort Worth Standard Specification 15
1. Modified 1.2.A.1.b.1 16
2. Added 1.2.A.1.b.2 17
3. Modified 1.2.A.2.b.1 18
4. Added 1.2.A.2.b.2 19
5. Modified 3.4.B 20
C. Related Specification Sections include, but are not necessarily limited to: 21
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 22
Contract 23
2. Division 1 – General Requirements 24
3. Section 33 04 10 – Joint Bonding and Electrical Isolation 25
4. Section 33 11 10 – Ductile Iron Pipe 26
1.2 PRICE AND PAYMENT PROCEDURES 27
A. Measurement and Payment 28
1. Hydrocarbon Resistant Gaskets 29
a. Measurement 30
1) Measurement for this Item shall be by lump sum. 31
b. Payment 32
1) Unit Price - The work performed and the materials furnished in accordance 33
with this Item shall be paid for at the lump sum price bid for all 34
“Hydrocarbon Resistant Gaskets”. 35
2) Lump Sum Price – The work performed and materials furnished in 36
accordance with this Item and measured as provided under 37
“Measurement” will be included in the total lump sum price. 38
2. All Other Items 39
a. Measurement 40
33 11 05 - 2
BOLTS, NUTS, AND GASKETS
Page 2 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1) The Items in this Section are considered subsidiary to the Item being 1
installed. 2
b. Payment 3
1) Unit Price - The work performed and materials furnished in accordance 4
with this Item are subsidiary to the unit price bid for the Item being 5
installed and no other compensation will be allowed. 6
2) Lump Sum Price - The work performed and the materials furnished in 7
accordance with this Item shall be included in the total lump sum 8
price. 9
1.3 REFERENCES 10
A. Reference Standards 11
1. Reference standards cited in this specification refer to the current reference standard 12
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. American Iron and Steel Institute (AISI). 15
3. American Society of Mechanical Engineers (ASME): 16
a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 17
4. American Society of Testing and Materials (ASTM): 18
a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 19
High Temperature or High Pressure Service and Other Special Purpose 20
Applications. 21
b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for 22
High Pressure or High Temperature Service, or Both. 23
c. A242, Standard Specification for High-Strength Low-Alloy Carbon Structural 24
Steel 25
d. B117, Salt Spray Testing 26
e. F436, Standard Specification for Hardened Steel Washers 27
5. American Water Works Association (AWWA): 28
a. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 29
Fittings. 30
b. C207, Steel Pipe Flanges for Waterworks Service – Sizes 4 In. Through 144 In. 31
(100 mm Through 3,600 mm). 32
c. C600, Installation of Ductile-Iron Mains and Their Appurtenances. 33
d. M11, Steel Pipe. 34
e. M41, Ductile-Iron Pipe and Fittings. 35
6. Fastener Quality Act (FQA) 36
a. Public Law 106-34 (P.L. 106-34) 37
7. NSF International (NSF): 38
a. 61, Drinking Water System Components - Health Effects. 39
8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): 40
a. SP2, Hand Tool Cleaning 41
b. SP3, Power Tool Cleaning 42
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43
1.5 SUBMITTALS 44
A. Submittals shall be in accordance with Section 01 33 00. 45
33 11 05 - 3
BOLTS, NUTS, AND GASKETS
Page 3 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
B. All submittals shall be approved by the City prior to delivery and/or fabrication for 1
specials. 2
1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 3
A. Product Data 4
1. Bolts and nuts for mechanical and or flange joints 5
2. Gaskets 6
B. Certificates 7
1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to 8
the Fastener Quality Act (FQA) (P.L. 106-34). 9
2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford 10
Corporation, or a Whitford Corporation certified Applicator. 11
1.7 CLOSEOUT SUBMITTALS [NOT USED] 12
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13
1.9 QUALITY ASSURANCE 14
A. Qualifications 15
1. Manufacturers 16
a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be 17
performed under the control of the manufacturer. 18
b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or 19
exceed the requirements of this Specification. 20
B. Preconstruction Testing 21
1. The City may, at its own cost, subject random fittings for destructive testing by an 22
independent laboratory for compliance with this Specification. 23
a. The compliance test shall be performed in the United States. 24
b. Any visible defects or failure to meet the quality standards herein will be 25
grounds for rejecting the entire order. 26
1.10 DELIVERY, STORAGE, AND HANDLING 27
A. Storage and Handling Requirements 28
1. Secure and maintain a location to store the material in accordance with Section 01 29
66 00. 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 AND MATERIALS 35
A. Manufacturers 36
33 11 05 - 4
BOLTS, NUTS, AND GASKETS
Page 4 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1. Only the manufacturers as listed on the City’s Standard Products List will be 1
considered as shown in Section 01 60 00. 2
a. The manufacturer must comply with this Specification and related Sections. 3
2. Any product that is not listed on the Standard Products List is considered a 4
substitution and shall be submitted in accordance with Section 01 25 00. 5
B. Regulatory Requirements 6
1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) 7
(P.L. 106-34). All fasteners shall meet the marking requirements set forth by this 8
Act. 9
C. T-Bolts and Nuts 10
1. Standard Xylan Coated T-bolt and Nut 11
a. High strength, corrosion-resistant, low-carbon weathering steel in accordance 12
with AWWA/ANSI C111/A21.11 and ASTM A242 13
b. Xylan Coating in accordance with this Section 14
2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut 15
a. Stainless Steel T-bolt and Nut in accordance with AISI 304. 16
b. Coat nut with Xylan in accordance with this Section. 17
D. Flange Bolts and Nuts for Ductile Iron Piping 18
1. Stainless Steel Bolt and Xylan Coated Nut 19
a. Meet requirements of AWWA C207 20
b. Bolts: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide 21
solution treated) 22
c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel 23
Washers 24
1) Coat nut with Xylan in accordance with this Section. 25
E. Threaded Rods 26
1. Meet requirements of AWWA C207 27
2. Rods: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution 28
treated) 29
3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel 30
Washers 31
a. Coat nut with Xylan in accordance with this Section. 32
F. Push-on Gaskets 33
1. Conforming to the physical and marking requirements specified in ANSI/AWWA 34
C111/A21.11. 35
2. All gaskets shall meet or exceed the latest revisions NSF 61. 36
3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless 37
otherwise specified in Drawings. 38
4. Gaskets shall be free from porous areas, foreign material and other defects that 39
make them unfit for intended use. 40
5. Gaskets shall be the size and shape required to provide an adequate compressive 41
force against the plain end and socket after assembly to affect a positive seal under 42
all combinations of joint and gasket tolerances. 43
G. Mechanical Joint Gaskets 44
33 11 05 - 5
BOLTS, NUTS, AND GASKETS
Page 5 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1. Conforming to the physical and marking requirements specified in ANSI/AWWA 1
C111/A21.11. 2
2. All gaskets shall meet or exceed the latest revisions NSF 61. 3
3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless 4
otherwise specified in Drawings. 5
4. Gaskets shall be free from porous areas, foreign material and other defects that 6
make them unfit for intended use. 7
H. Flange Gaskets 8
1. Class E Flanges 9
a. Full face 10
b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a 11
thickness not less than 1/8 inch 12
c. Virgin stock 13
d. Conforming to the physical and test requirements specified in AWWA/ANSI 14
C111/A21.11 15
e. All gaskets shall meet or exceed the latest revisions NSF 61. 16
f. Finished gaskets shall have holes punched by the manufacturer and shall match 17
the flange pattern in every respect. 18
g. Frayed cut edges are not acceptable. 19
h. Field cut sheet gaskets are not acceptable. 20
I. Hydrocarbon Resistant Gaskets 21
1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when 22
required. 23
J. Flange Isolation Kits 24
1. Flanges which are required by the Drawings to be Isolation Flanges shall conform 25
to Section 33 04 10. 26
2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to 27
bolt head with no grip to ensure sleeves fit properly. 28
K. Petrolatum Tape System 29
1. Petrolatum Tape Primer: Denso Paste, or approved equal 30
2. Molding and Filler mastic: Densyl Mastic, or approved equal 31
3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal 32
L. Xylan Coating 33
a. Coat nuts and bolts with a ceramic-filled, baked on fluorocarbon resin, when 34
required. 35
b. Coated nuts and bolts shall be prepared “near white” or “white” when coated to 36
the coating manufacturer’s recommended thickness by a certified applicator. 37
c. Coating shall be of Xylan as manufactured by Whitford Corporation and 38
applied by Whitford Corporation or Whitford Corporation Recommended 39
Coater. 40
d. Coating shall be free from holidays and defects. 41
e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be 42
such that the nut turns freely on the bolt. 43
f. Coating shall conform to the performance requirements of ASTM B117, “Salt 44
Spray Test” and shall include, if required, a certificate of conformance. 45
33 11 05 - 6
BOLTS, NUTS, AND GASKETS
Page 6 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
2.3 ACCESSORIES [NOT USED] 1
2.4 SOURCE QUALITY CONTROL [NOT USED] 2
PART 3 - EXECUTION 3
3.1 INSTALLERS [NOT USED] 4
3.2 EXAMINATION [NOT USED] 5
3.3 PREPARATION [NOT USED] 6
3.4 INSTALLATION 7
A. Mechanical Joints 8
1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 9
Appendix A, AWWA C600 and AWWA Manual M41. 10
2. Use Standard Xylan Coated T-bolts and Nuts. 11
a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be 12
used when specifically required in the Drawings. 13
B. Flanged Joints 14
1. Install in accordance with ASME PCC-1-2012. 15
2. Use Stainless Steel Bolts and Xylan Coated Nuts. 16
3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with 17
Petrolatum Tape System. 18
a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum 19
tape wrapping will be required. 20
b. If a joint is made between two ductile iron flanges, the joint should be 21
polyethylene encased in accordance with Section 33 11 10. 22
4. Flange bolts are normally spaced evenly around the flange. 23
5. During assembly, tighten nuts gradually and equally using a three-pass method in 24
accordance with ASME PCC-1-2012. 25
a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides 26
to prevent misalignment and to ensure that all bolts carry equal loads. 27
b. For the second pass, tighten the nuts to 100 percent again in a diametrically 28
opposite pattern. 29
c. Allow a minimum of 1 hour to pass to provide time for settlement between 30
bolts and nuts and gasket relaxation. 31
d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut 32
should be tightened until it will no longer turn. This step compensates for 33
elastic interaction and brings all bolts into parity. 34
6. The threads of the bolts should protrude a minimum of ½-inch from the nuts. 35
C. Flanged Joints with Isolation Kit 36
1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 37
2. City will verify Isolation in accordance with Section 33 04 10. 38
D. Threaded Rod 39
1. Install as part of joint harness assembly in accordance with AWWA Manual M11. 40
33 11 05 - 7
BOLTS, NUTS, AND GASKETS
Page 7 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
2. Space rods evenly around the pipe. 1
3. During assembly, tighten nuts gradually and equally using a three-pass method in 2
accordance with ASME PCC-1-2012. 3
a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides 4
to prevent misalignment and to ensure that all bolts carry equal loads. 5
b. For the second pass, tighten the nuts to 100 percent again in a diametrically 6
opposite pattern. 7
4. The threads of the bolts should protrude a minimum of ½-inch from the nuts. 8
5. Wrap joint harness assembly with Petrolatum Tape System. 9
E. Petrolatum Tape System 10
1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. 11
a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 12
1) High pressure wash of 3,000 to 7,000 psi is also suitable. 13
b. Surfaces may be damp but shall not have droplets or continuous film of water. 14
2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff 15
brush, gloved hand or rag at normal ambient temperatures. 16
3. By hand application, apply Molding and Filler Mastic to a rounded configuration to 17
fill irregular shapes and reduce sharp-edged surfaces. 18
4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. 19
a. For severely corrosive environments, an overlap of 55 percent is recommended. 20
b. Press air pockets out and smooth all lap seams. 21
5. For additional mechanical protection, overwrap may be applied to increase impact 22
strength and electrical resistance. 23
3.5 -3.14 [NOT USED] 24
END OF SECTION 25
Revision Log
DATE NAME SUMMARY OF CHANGE
26
33 11 10 - 1
DUCTILE IRON PIPE
Page 1 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
SECTION 33 11 10 1
DUCTILE IRON PIPE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 6
applications 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. Modified 1.2.A.1.b.1 9
2. Added 1.2.A.1.b.2 10
3. Deleted 2.2.B.14.b-f 11
4. Added 2.2.B.14.g 12
5. Added 2.2.B.14.h 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 33 01 31 – Closed Circuit Television (CCTV) Inspection 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 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 21
8. Section 33 11 05 – Bolts, Nuts, and Gaskets 22
9. Section 33 11 11 – Ductile Iron Fittings 23
1.2 PRICE AND PAYMENT PROCEDURES 24
A. Measurement and Payment 25
1. Ductile Iron Pipe 26
a. Measurement 27
1) Measured horizontally along the surface from center line to center line of 28
the fitting, manhole, or appurtenance 29
b. Payment 30
1) Unit Price - The work performed and materials furnished in accordance 31
with this Item and measured as provided under “Measurement” will be paid 32
for at the unit price bid per linear foot for “DIP” installed for: 33
a) Various sizes 34
b) Various types of backfill 35
c) Various linings 36
d) Various Depths, for miscellaneous sewer projects only 37
e) Various restraints 38
33 11 10 - 2
DUCTILE IRON PIPE
Page 2 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
f) Various uses 1
2) Lump Sum Price – The work performed and materials furnished in 2
accordance with this Item and measured as provided under 3
“Measurement” will be included in the total lump sum price. 4
c. The price bid shall include: 5
1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 6
Drawings 7
2) Mobilization 8
3) Polyethylene encasement 9
4) Lining 10
5) Pavement removal 11
6) Excavation 12
7) Hauling 13
8) Disposal of excess material 14
9) Furnishing, placement and compaction of embedment 15
10) Furnishing, placement and compaction of backfill 16
11) Trench water stops 17
12) Thrust restraint, if required in Contract Documents 18
13) Bolts and nuts 19
14) Gaskets 20
15) Clean-up 21
16) Cleaning 22
17) Disinfection 23
18) Testing 24
1.3 REFERENCES 25
A. Definitions 26
1. Gland or Follower Gland 27
a. Non-restrained, mechanical joint fitting 28
2. Retainer Gland 29
a. Mechanically restrained mechanical joint fitting 30
B. Reference Standards 31
1. Reference standards cited in this Specification refer to the current reference 32
standard published at the time of the latest revision date logged at the end of this 33
Specification, unless a date is specifically cited. 34
2. American Association of State Highway and Transportation Officials (AASHTO). 35
3. American Society of Mechanical Engineers (ASME): 36
a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 37
4. ASTM International (ASTM): 38
a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 39
High Temperature or High Pressure Service and Other Special Purpose 40
Applications 41
b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 42
Pressure or High Temperature Service, or Both 43
c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 44
d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 45
Tensile Strength. 46
33 11 10 - 3
DUCTILE IRON PIPE
Page 3 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 1
Water or Other Liquids. 2
f. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 3
g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 4
Steel. 5
5. American Water Works Association (AWWA): 6
a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 7
Enamel and Tape - Hot Applied. 8
b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 9
c. M41, Ductile-Iron Pipe and Fittings. 10
6. American Water Works Association/American National Standards Institute 11
(AWWA/ANSI): 12
a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. 13
b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 14
c. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 15
d. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 16
Threaded Flanges. 17
e. C150/A21.50, Thickness Design of Ductile-Iron Pipe. 18
f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 19
g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 20
7. NSF International (NSF): 21
a. 61, Drinking Water System Components - Health Effects. 22
8. Society for Protective Coatings (SSPC): 23
a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 24
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25
1.5 SUBMITTALS 26
A. Submittals shall be in accordance with Section 01 33 00. 27
B. All submittals shall be approved by the City prior to delivery and/or fabrication for 28
specials. 29
1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 30
A. Product Data 31
1. Interior lining 32
a. If it is other than cement mortar lining in accordance with AWWA/ANSI 33
C104/A21.4, including: 34
1) Material 35
2) Application recommendations 36
3) Field touch-up procedures 37
2. Thrust Restraint 38
a. Retainer glands, thrust harnesses or any other means 39
3. Gaskets 40
a. If hydrocarbon or other special gaskets are required 41
B. Shop Drawings – Furnish for Ductile Iron Pipe used in the water distribution system or 42
for a wastewater force main for 24-inch and greater diameters, including: 43
33 11 10 - 4
DUCTILE IRON PIPE
Page 4 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 1
Texas including: 2
a. Working pressure 3
b. Surge pressure 4
c. Deflection 5
2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 6
Professional Engineer in Texas, to verify the restraint lengths shown in the 7
Drawings. 8
3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 9
Professional Engineer in Texas including: 10
a. Pipe class 11
b. Joints type 12
c. Fittings 13
d. Stationing 14
e. Transitions 15
f. Joint deflection 16
C. Certificates 17
1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 18
Section, each run of pipe furnished has met Specifications, all inspections have 19
been made, and that all tests have been performed in accordance with 20
AWWA/ANSI C151/A21.51. 21
2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 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. Finished pipe shall be the product of 1 manufacturer. 28
1) Change orders, specials, and field changes may be provided by a different 29
manufacturer upon City approval. 30
b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 31
under the control of the manufacturer. 32
c. Ductile Iron Pipe 33
1) Manufactured in accordance with AWWA/ANSI C151/A21.51 34
a) Perform quality control tests and maintain results as outlined within 35
standard to assure compliance. 36
2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 37
of at least 10 seconds. 38
B. Preconstruction Testing 39
1. The City may, at its own cost, subject random lengths of pipe for testing by an 40
independent laboratory for compliance with this Specification. 41
a. The compliance test shall be performed in the United States. 42
b. Any visible defects or failure to meet the quality standards herein will be 43
grounds for rejecting the entire order. 44
33 11 10 - 5
DUCTILE IRON PIPE
Page 5 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
1.10 DELIVERY, STORAGE, AND HANDLING 1
A. Storage and Handling Requirements 2
1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 3
stated in AWWA M41. 4
2. Secure and maintain a location to store the material in accordance with Section 01 5
66 00. 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS 9
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 10
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 11
A. Manufacturers 12
1. Only the manufacturers as listed in the City’s Standard Products List will be 13
considered as shown in Section 01 60 00. 14
a. The manufacturer must comply with this Specification and related Sections. 15
2. Any product that is not listed on the Standard Products List is considered a 16
substitution and shall be submitted in accordance with Section 01 25 00. 17
B. Pipe 18
1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI 19
C150/A21.15, and AWWA/ANSI C151/A21.51. 20
2. All pipe shall meet the requirements of NSF 61. 21
3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 22
closure pieces and necessary to comply with the Drawings. 23
4. As a minimum the following pressures classes apply. The Drawings may specify a 24
higher pressure class or the pressure and deflection design criteria may also require 25
a higher pressure class, but in no case should they be less than the following: 26
27
Diameter
(inches)
Min Pressure Class
(psi)
3 through 12 350
14 through 20 250
24 200
30 through 64 150
28
5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 29
C151/A21.51. Minimum pipe markings shall be as follows: 30
a. “DI” or “Ductile” shall be clearly labeled on each pipe 31
b. Weight, pressure class and nominal thickness of each pipe 32
c. Year and country pipe was cast 33
d. Manufacturer’s mark 34
33 11 10 - 6
DUCTILE IRON PIPE
Page 6 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
6. Pressure and Deflection Design 1
a. Pipe design shall be based on trench conditions and design pressure class 2
specified in the Drawings. 3
b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 4
C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 5
construction, using the following parameters: 6
1) Unit Weight of Fill (w) = 130 pcf 7
2) Live Load = AASHTO HS 20 8
3) Trench Depth = 12 feet minimum, or as indicated in Drawings 9
4) Bedding Conditions = Type 4 10
5) Working Pressure (Pw) = 150 psi 11
6) Surge Allowance (Ps) = 100 psi 12
7) Design Internal Pressure (Pi) = Pw + Ps or 2:1 safety factor of the actual 13
working pressure plus the actual surge pressure, whichever is greater. 14
a) Test Pressure = 15
(1) No less than 1.25 minimum times the stated working pressure (187 16
psi minimum) of the pipeline measured at the highest elevation 17
along the test section. 18
(2) No less than 1.5 times the stated working pressure (225 psi 19
minimum) at the lowest elevation of the test section. 20
8) Maximum Calculated Deflection (Dx) = 3 percent 21
9) Restrained Joint Safety Factor (Sf) = 15 percent 22
c. Trench depths shall be verified after existing utilities are located. 23
1) Vertical alignment changes required because of existing utility or other 24
conflicts shall be accommodated by an appropriate change in pipe design 25
depth. 26
2) In no case shall pipe be installed deeper than its design allows. 27
7. Provisions for Thrust 28
a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 29
joints when required by the Drawings, corrosion resistant joints. 30
b. In addition to the mechanical joint restraint required for all bends and fittings, 31
horizontal and vertical bends shall be restrained by concrete thrust blocking and 32
by mechanical joint restraint along the length of the pipe, as recommended by 33
the pipe manufacturer, unless shown otherwise in the design drawings. 34
Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or 35
dimensions for concrete thrust blocking, shall be interpreted to mean the 36
exclusion of the other method of restraint, unless both methods are specifically 37
required in the plans. 38
c. No thrust restraint contribution shall be allowed for the restrained length of pipe 39
within the casing. 40
d. Restrained joints, when required, shall be used for a sufficient distance from 41
each side of the bend, tee, plug, valve or other fitting to resist thrust which will 42
be developed at the design pressure of the pipe. For the purpose of thrust, the 43
following shall apply: 44
1) Valves shall be calculated as dead ends. 45
2) Design pressure shall be greater than the working pressure of the pipe or 46
the internal pressure (Pi) whichever is greater. 47
33 11 10 - 7
DUCTILE IRON PIPE
Page 7 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
3) Restrained joints shall consist of approved mechanical restrained or push-1
on restrained joints as listed in the City’s Standard Products List as shown 2
in Section 01 60 00. 3
e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 4
resist thrust in accordance with the Drawings, AWWA M41, and the following: 5
1) The weight of earth (We) shall be calculated as the weight of the projected 6
soil prism above the pipe, for unsaturated soil conditions. 7
2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil 8
conditions 9
3) If indicated on the Drawings and the Geotechnical Borings that ground 10
water is expected, account for reduced soil density. 11
8. Joints 12
a. General – Comply with AWWA/ANSI C111/A21.11. 13
b. Push-On Joints 14
c. Mechanical Joints 15
d. Push-On Restrained Joints 16
1) Restraining Push-on joints by means of a special gasket 17
a) Only those products that are listed in Section 01 60 00 18
b) The working pressure rating of the restrained gasket must exceed the 19
test pressure of the pipe line to be installed. 20
c) Approved for use of restraining Ductile Iron Pipe in casing with a 21
carrier pipe of 4-inches to 12-inches 22
d) Otherwise only approved if specially listed on the Drawings 23
2) Push-on Restrained Joint bell and spigot 24
a) Only those products list in the standard products list will be allowed for 25
the size listed in the standard products list per Section 01 60 00. 26
b) Pressure rating shall exceed the working and test pressure of the pipe 27
line. 28
e. Flanged Joints – AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 29
f. Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. 30
g. Field fabricated flanges are prohibited. 31
9. Gaskets 32
a. Provide Gaskets in accordance with Section 33 11 05. 33
10. Isolation Flanges 34
a. Flanges required by the drawings to be Isolation Flanges shall conform to 35
Section 33 04 10. 36
11. Bolts and Nuts 37
a. Mechanical Joints 38
1) Provide bolts and nuts in accordance with Section 33 11 05. 39
b. Flanged Ends 40
1) Meet requirements of AWWA C115. 41
a) Provide bolts and nuts in accordance with Section 33 11 05. 42
12. Flange Coatings 43
a. Connections to Steel Flanges 44
1) Buried connections with Steel Flanges shall be coated with a Petrolatum 45
Tape System in accordance with Section 33 11 05. 46
13. Ductile Iron Pipe Exterior Coatings 47
33 11 10 - 8
DUCTILE IRON PIPE
Page 8 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 1
pipe exterior, unless otherwise specified in the Contract Documents. 2
14. Polyethylene Encasement 3
a. All buried Ductile Iron Pipe shall be polyethylene encased. 4
b. Only manufacturers listed in the City’s Standard Products List as shown in 5
Section 01 60 00 will be considered acceptable. 6
c. Use only virgin polyethylene material. 7
d. Encasement for buried pipe shall be 8 mil linear low density (LLD) 8
polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 9
cross-laminated (HDCL) polyethylene encasement conforming to 10
AWWA/ANSI C105/A21.5 and ASTM A674. 11
e. Marking: At a minimum of every 2 feet along its length, the mark the 12
polyethylene film with the following information: 13
1) Manufacturer’s name or trademark 14
2) Year of manufacturer 15
3) AWWA/ANSI C105/A21.5 16
4) Minimum film thickness and material type 17
5) Applicable range of nominal diameter sizes 18
6) Warning – Corrosion Protection – Repair Any Damage 19
f. Special Markings/Colors 20
1) Reclaimed Water, perform one of the following: 21
a) Label polyethylene encasement with “RECLAIMED WATER”, 22
b) Provide purple polyethylene in accordance with the American Public 23
Works Association Uniform Color Code; or 24
c) Attach purple reclaimed water marker tape to the polyethylene wrap. 25
2) Wastewater, perform one of the following: 26
a) Label polyethylene encasement with “WASTEWATER”; 27
b) Provide green polyethylene in accordance with the American Public 28
Works Association Uniform Color Code; or 29
c) Attach green sanitary sewer marker tape to the polyethylene wrap. 30
g. Polyethylene encasement for use with ductile iron pipe systems shall 31
consist of three layers of co-extruded linear low density polyethylene 32
(LLDPE), fused into a single thickness of not less than eight mils. 33
h. The inside surface of the polyethylene wrap to be in contact with the pipe 34
exterior shall be infused with a blend of anti-microbial biocide to mitigate 35
microbiologically influenced corrosion and a volatile corrosion inhibitor to 36
control galvanic corrosion. 37
i. Minimum widths 38
Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe 39
Nominal Pipe Diameter
(inches)
Min. Width – Flat Tube
(inches)
Min. Width – Sheet
(inches)
3 14 28
4 14 28
6 16 32
8 20 40
10 24 48
12 27 54
33 11 10 - 9
DUCTILE IRON PIPE
Page 9 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
14 30 60
16 34 68
18 37 74
20 41 82
24 54 108
30 67 134
36 81 162
42 81 162
48 95 190
54 108 216
60 108 216
64 121 242
15. Ductile Iron Pipe Interior Lining 1
a. Cement Mortar Lining 2
1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 3
accordance with AWWA/ANSI C104/A21.04 and be acceptable according 4
to NSF 61. 5
b. Ceramic Epoxy or Epoxy Linings 6
1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 7
Ceramic Epoxy or Epoxy lining as designated in the City’s Standard 8
Products List as shown in Section 01 60 00. 9
2) Apply lining at a minimum of 40 mils DFT. 10
3) Due to the tolerances involved, the gasket area and spigot end up to 6 11
inches back from the end of the spigot end must be coated with 6 mils 12
nominal, 10 mils maximum using a Joint Compound as supplied by the 13
manufacturer. 14
a) Apply the joint compound by brush to ensure coverage. 15
b) Care should be taken that the joint compound is smooth without excess 16
buildup in the gasket seat or on the spigot ends. 17
c) Coat the gasket seat and spigot ends after the application of the lining. 18
4) Surface preparation shall be in accordance with the manufacturer’s 19
recommendations. 20
5) Check thickness using a magnetic film thickness gauge in accordance with 21
the method outlined in SSPC PA 2. 22
6) Test the interior lining of all pipe barrels for pinholes with a non-23
destructive 2,500 volt test. 24
a) Repair any defects prior to shipment. 25
7) Mark each fitting with the date of application of the lining system along 26
with its numerical sequence of application on that date and records 27
maintained by the applicator of his work. 28
8) For all Ductile Iron Pipe in wastewater service where the pipe has been 29
cut, coat the exposed surface with the touch-up material as recommended 30
by the manufacturer. 31
a) The touch-up material and the lining shall be of the same manufacturer. 32
33 11 10 - 10
DUCTILE IRON PIPE
Page 10 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
2.3 ACCESSORIES [NOT USED] 1
2.4 SOURCE QUALITY CONTROL [NOT USED] 2
PART 3 - EXECUTION 3
3.1 INSTALLERS [NOT USED] 4
3.2 EXAMINATION [NOT USED] 5
3.3 PREPARATION [NOT USED] 6
3.4 INSTALLATION 7
A. General 8
1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 9
AWWA C600, AWWA M41 and in accordance with the pipe manufacturer’s 10
recommendations. 11
2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 12
3. Lay pipe to the lines and grades as indicated in the Drawings. 13
4. Excavate and backfill trenches in accordance with Section 33 05 10. 14
5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 15
6. For installation of carrier pipe within casing, see Section 33 05 24. 16
B. Pipe Handling 17
1. Haul and distribute pipe and fittings at the project site. 18
2. Handle piping with care to avoid damage. 19
a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 20
lowering into the trench. 21
b. Do not handle the pipe in such a way that will damage the interior lining. 22
c. Use only nylon ropes, slings or other lifting devices that will not damage the 23
surface of the pipe for handling the pipe. 24
3. At the close of each operating day: 25
a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after 26
the laying operation. 27
b. Effectively seal the open end of the pipe using a gasketed night cap. 28
C. Joint Making 29
1. Mechanical Joints 30
a. Bolt the follower ring into compression against the gasket with the bolts 31
tightened down evenly then cross torqued in accordance with AWWA C600. 32
b. Overstressing of bolts to compensate for poor installation practice will not be 33
permitted. 34
2. Push-on Joints 35
a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 36
b. Wipe clean the gasket seat inside the bell of all extraneous matter. 37
c. Place the gasket in the bell in the position prescribed by the manufacturer. 38
33 11 10 - 11
DUCTILE IRON PIPE
Page 11 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 1
gasket and the outside of the spigot prior to entering the spigot into the bell. 2
e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 3
conform to AWWA C600. 4
3. Flanged Joints 5
a. Use erection bolts and drift pins to make flanged connections. 6
1) Do not use undue force or restraint on the ends of the fittings. 7
2) Apply even and uniform pressure to the gasket. 8
b. The fitting must be free to move in any direction while bolting. 9
1) Install flange bolts with all bolt heads faced in one direction. 10
4. Joint Deflection 11
a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 12
and grades and shown in the Drawings. 13
b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 14
c. The maximum deflection allowed is 50 percent of that indicated in AWWA 15
C600. 16
d. The manufacturer’s recommendation may be used with the approval of the 17
Engineer. 18
D. Polyethylene Encasement Installation 19
1. Preparation 20
a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 21
installation of polyethylene encasement. 22
1) Prevent soil or embedment material from becoming trapped between pipe 23
and polyethylene. 24
b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 25
with minimum space between polyethylene and pipe. 26
1) Provide sufficient slack in contouring to prevent stretching polyethylene 27
where it bridges irregular surfaces such as bell-spigot interfaces, bolted 28
joints or fittings and to prevent damage to polyethylene due to backfilling 29
operations. 30
2) Secure overlaps and ends with adhesive tape and hold. 31
c. For installations below water table and/or in areas subject to tidal actions, seal 32
both ends of polyethylene tube with adhesive tape at joint overlap. 33
2. Tubular Type (Method A) 34
a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 35
b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 36
pipe section and bunching it accordion-fashion lengthwise until it clears pipe 37
ends. 38
c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 39
d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 40
e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 41
polyethylene from preceding length of pipe, slip it over end of the new length 42
of pipe and wrap until it overlaps joint at end of preceding length of pipe. 43
f. Secure overlap in place. 44
g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 45
of pipe, securing fold at quarter points. 46
h. Repair cuts, tears, punctures or other damage to polyethylene. 47
33 11 10 - 12
DUCTILE IRON PIPE
Page 12 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
i. Proceed with installation of next pipe in same manner. 1
3. Tubular Type (Method B) 2
a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 3
b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 4
c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 5
of pipe, securing fold at quarter points; secure ends. 6
d. Before making up joint, slip 3-foot length of polyethylene tube over end of 7
proceeding pipe section, bunching it accordion-fashion lengthwise. 8
e. After completing joint, pull 3-foot length of polyethylene over joint, 9
overlapping polyethylene previously installed on each adjacent section of pipe 10
by at least 1 foot; make each end snug and secure. 11
4. Sheet Type 12
a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 13
section. 14
b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 15
it until it clears the pipe ends. 16
c. Wrap polyethylene around pipe so that it circumferentially overlaps top 17
quadrant of pipe. 18
d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 19
e. Lower wrapped pipe into trench and make up pipe joint with preceding section 20
of pipe. 21
f. Make shallow bell hole at joints to facilitate installation of polyethylene. 22
g. After completing joint, make overlap and secure ends. 23
h. Repair cuts, tears, punctures or other damage to polyethylene. 24
i. Proceed with installation of next section of pipe in same manner. 25
5. Pipe-Shaped Appurtenances 26
a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with 27
polyethylene in same manner as pipe and fittings. 28
6. Odd-Shaped Appurtenances 29
a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped 30
pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 31
sheet under appurtenances and bringing it up around body. 32
b. Make seams by bringing edges together, folding over twice and taping down. 33
c. Tape polyethylene securely in place at the valve stem and at any other 34
penetrations. 35
7. Repairs 36
a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 37
or with short length of polyethylene sheet or cut open tube, wrapped around 38
fitting to cover damaged area and secured in place. 39
8. Openings in Encasement 40
a. Provide openings for branches, service taps, blow-offs, air valves and similar 41
appurtenances by making an X-shaped cut in polyethylene and temporarily 42
folding back film. 43
b. After appurtenance is installed, tape slack securely to appurtenance and repair 44
cut, as well as other damaged area in polyethylene with tape. 45
c. Service taps may also be made directly through polyethylene, with any 46
resulting damaged areas being repaired as described above. 47
33 11 10 - 13
DUCTILE IRON PIPE
Page 13 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
9. Junctions between Wrapped and Unwrapped Pipe: 1
a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 2
extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 3
b. Secure end with circumferential turns of tape. 4
c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 5
tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 6
3.5 REPAIR/RESTORATION 7
A. Patching 8
1. Excessive field-patching is not permitted of lining or coating. 9
2. Patching of lining or coating will be allowed where area to be repaired does not 10
exceed 100 square inches and has no dimensions greater than 12 inches. 11
3. In general, there shall not be more than 1 patch on either the lining or the coating of 12
any 1 joint of pipe. 13
4. Wherever necessary to patch the pipe: 14
a. Make patch with cement mortar as previously specified for interior joints. 15
b. Do not install patched pipe until the patch has been properly and adequately 16
cured and approved for laying by the City. 17
5. Promptly remove rejected pipe from the site. 18
3.6 RE-INSTALLATION [NOT USED] 19
3.7 FIELD [OR] SITE QUALITY CONTROL 20
A. Potable Water Mains 21
1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 22
a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 23
main as specified in Section 33 04 40. 24
B. Wastewater Lines 25
1. Closed Circuit Television (CCTV) Inspection 26
a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 27
3.8 SYSTEM STARTUP [NOT USED] 28
3.9 ADJUSTING [NOT USED] 29
3.10 CLEANING [NOT USED] 30
3.11 CLOSEOUT ACTIVITIES [NOT USED] 31
3.12 PROTECTION [NOT USED] 32
3.13 MAINTENANCE [NOT USED] 33
3.14 ATTACHMENTS [NOT USED] 34
END OF SECTION 35
36
33 11 10 - 14
DUCTILE IRON PIPE
Page 14 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 9, 2022
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
1.2.A.1.b. – Updated Payment types
1.3 – Added definitions of gland types for clarity
2.2.B.9, 10, 11 and 12 – Added reference to Section 33 11 05 and removed material
specification for bolts, nuts and gaskets
12/9/2022 W Norwood 2.2 B. 7. Revised “Provisions for Thrust” section
1
33 11 11 - 1
DUCTILE IRON FITTINGS
Page 1 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
SECTION 33 11 11 1
DUCTILE IRON FITTINGS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 6
other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 7
2. All mechanical joint fittings shall be mechanically restrained using restrained 8
wedge type retainer glands. 9
B. Deviations from this City of Fort Worth Standard Specification 10
1. Modified 1.2.A.1.b.1 11
2. Added 1.2.A.1.b.2 12
3. Modified 1.2.A.2.b.1 13
4. Added 1.2.A.2.b.2 14
5. Deleted 2.2.B.11.b-f 15
6. Added 2.2.B.11.g 16
7. Added 2.2.B.11.h 17
C. Related Specification Sections include, but are not necessarily limited to: 18
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 19
Contract 20
2. Division 1 – General Requirements 21
3. Section 03 30 00 – Cast-in-Place Concrete 22
4. Section 33 04 10 – Joint Bonding and Electrical Isolation 23
5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 24
6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 25
7. Section 33 11 05 – Bolts, Nuts, and Gaskets 26
1.2 PRICE AND PAYMENT PROCEDURES 27
A. Measurement and Payment 28
1. Ductile Iron Water Fittings with Restraint 29
a. Measurement 30
1) Shall be per ton of fittings supplied 31
2) Fittings weights are the sum of the various types of fittings multiplied by 32
the weight per fitting as listed in AWWA/ANSI C153/A21.53. 33
3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 34
for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 35
Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 36
33 11 11 - 2
DUCTILE IRON FITTINGS
Page 2 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 1
body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 2
(compact) Ductile Iron Fittings at his convenience, then the weight shall be 3
measured in accordance with AWWA/ANSI C153/A21.53. 4
b. Payment 5
1) Unit Price - The work performed and materials furnished in accordance 6
with this Item and measured as provided under “Measurement” will be paid 7
for at the unit price bid per ton of “Ductile Iron Water Fittings with 8
Restraint”. 9
2) Lump Sum Price - The work performed and materials furnished in 10
accordance with this Item and measured as provided under 11
“Measurement” will be included in the total lump sum price. 12
c. The price bid shall include: 13
1) Furnishing and installing Ductile Iron Water Fittings as specified by the 14
Drawings 15
2) Polyethylene encasement 16
3) Lining 17
4) Pavement removal 18
5) Excavation 19
6) Hauling 20
7) Disposal of excess material 21
8) Furnishing and installing bolts, nuts, and restraints 22
9) Furnishing, placement and compaction of embedment 23
10) Furnishing, placement and compaction of backfill 24
11) Trench water stops 25
12) Clean-up 26
13) Cleaning 27
14) Disinfection 28
15) Testing 29
2. Ductile Iron Sewer Fittings 30
a. Measurement 31
1) Shall be per ton of fittings supplied 32
2) Fittings weights are the sum of the various types of fittings multiplied by 33
the weight per fitting as listed in AWWA/ANSI C153/A21.53. 34
3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 35
for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 36
Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 37
4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 38
body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 39
(compact) Ductile Iron Fittings at his convenience, then the weight shall be 40
measured in accordance with AWWA/ANSI C153/A21.53. 41
b. Payment 42
1) Unit Price - The work performed and materials furnished in accordance 43
with this Item and measured as provided under “Measurement” will be paid 44
for at the unit price bid per ton of “Ductile Iron Sewer Fittings”. 45
2) Lump Sum Price - The work performed and materials furnished in 46
accordance with this Item and measured as provided under 47
“Measurement” will be included in the total lump sum price. 48
c. The price bid shall include: 49
33 11 11 - 3
DUCTILE IRON FITTINGS
Page 3 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
1) Furnishing and installing Ductile Iron Water Fittings as specified by the 1
Drawings 2
2) Epoxy Coating 3
3) Polyethylene encasement 4
4) Lining 5
5) Pavement removal 6
6) Excavation 7
7) Hauling 8
8) Disposal of excess material 9
9) Furnishing and installing bolts, nuts, and restraints 10
10) Furnishing, placement and compaction of embedment 11
11) Furnishing, placement and compaction of backfill 12
12) Clean-up 13
13) Cleaning 14
14) Disinfection 15
15) Testing 16
1.3 REFERENCES 17
A. Definitions 18
1. Gland or Follower Gland 19
a. Non-restrained, mechanical joint fitting 20
2. Retainer Gland 21
a. Mechanically restrained mechanical joint fitting, consisting of multiple 22
gripping wedges incorporated into a follower gland meeting the applicable 23
requirements of ANSI/AWWA C110/A21.10. 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 Mechanical Engineers (ASME): 29
a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 30
3. ASTM International (ASTM): 31
a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 32
High Temperature or High Pressure Service and Other Special Purpose 33
Applications 34
b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 35
Pressure or High Temperature Service, or Both 36
c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 37
d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 38
Water or Other Liquids. 39
e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 40
4. American Water Works Association (AWWA): 41
a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 42
Enamel and Tape - Hot Applied. 43
b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 44
c. M41, Ductile-Iron Pipe and Fittings. 45
33 11 11 - 4
DUCTILE IRON FITTINGS
Page 4 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
5. American Water Works Association/American National Standards Institute 1
(AWWA/ANSI): 2
a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. 3
b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 4
c. C110/A21.10, Ductile-Iron and Gray-Iron Fittings. 5
d. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 6
e. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 7
Threaded Flanges. 8
f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 9
g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service. 10
6. NSF International (NSF): 11
a. 61, Drinking Water System Components - Health Effects. 12
7. Society for Protective Coatings (SSPC): 13
a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 14
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15
1.5 SUBMITTALS 16
A. Submittals shall be in accordance with Section 01 33 00. 17
B. All submittals shall be approved by the City prior to delivery and/or fabrication for 18
specials. 19
1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 20
A. Product Data 21
1. Ductile Iron Fittings 22
a. Pressure class 23
b. Interior lining 24
c. Joint types 25
2. Polyethylene encasement and tape 26
a. Planned method of installation 27
b. Whether the film is linear low density or high density cross linked polyethylene 28
c. The thickness of the film provided 29
3. The interior lining, if it is other than cement mortar lining in accordance with 30
AWWA/ANSI C104/A21.4 31
a. Material 32
b. Application recommendations 33
c. Field touch-up procedures 34
4. Thrust Restraint 35
a. Retainer glands 36
b. Thrust harnesses 37
c. Any other means 38
5. Gaskets 39
a. Provide Gaskets in accordance with Section 33 11 05. 40
6. Isolation Flanges 41
a. Flanges required by the drawings to be Isolation Flanges shall conform to 42
Section 33 04 10. 43
7. Bolts and Nuts 44
33 11 11 - 5
DUCTILE IRON FITTINGS
Page 5 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
a. Mechanical Joints 1
1) Provide bolts and nuts in accordance with Section 33 11 05. 2
b. Flanged Ends 3
1) Meet requirements of AWWA C115. 4
a) Provide bolts and nuts in accordance with Section 33 11 05. 5
8. Flange Coatings 6
a. Connections to Steel Flanges 7
1) Buried connections with Steel Flanges shall be coated with a Petrolatum 8
Tape System in accordance with Section 33 11 05. 9
B. Certificates 10
1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 11
meet the provisions of this Section and meet the requirements of AWWA/ANSI 12
C110/A21.10 or AWWA/ANSI C153/A21.53. 13
2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 14
1.7 CLOSEOUT SUBMITTALS [NOT USED] 15
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16
1.9 QUALITY ASSURANCE 17
A. Qualifications 18
1. Manufacturers 19
a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 20
performed under the control of the manufacturer. 21
b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 22
C110/A21.10 or AWWA/ANSI C153/A21.53. 23
1) Perform quality control tests and maintain the results as outlined in these 24
standards to assure compliance. 25
B. Preconstruction Testing 26
1. The City may, at its own cost, subject random fittings for destructive testing by an 27
independent laboratory for compliance with this Specification. 28
a. The compliance test shall be performed in the United States. 29
b. Any visible defects or failure to meet the quality standards herein will be 30
grounds for rejecting the entire order. 31
1.10 DELIVERY, STORAGE, AND HANDLING 32
A. Storage and Handling Requirements 33
1. Store and handle in accordance with the guidelines as stated in AWWA M41. 34
2. Secure and maintain a location to store the material in accordance with Section 01 35
66 00. 36
33 11 11 - 6
DUCTILE IRON FITTINGS
Page 6 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
1.11 FIELD [SITE] CONDITIONS [NOT USED] 1
1.12 WARRANTY [NOT USED] 2
PART 2 - PRODUCTS 3
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 4
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 5
A. Manufacturers 6
1. Only the manufacturers as listed on the City’s Standard Products List will be 7
considered as shown in Section 01 60 00. 8
a. The manufacturer must comply with this Specification and related Sections. 9
2. Any product that is not listed on the Standard Products List is considered a 10
substitution and shall be submitted in accordance with Section 01 25 00. 11
B. Ductile Iron Fittings 12
1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 13
AWWA/ANSI C153/A21.53. 14
2. All fittings for potable water service shall meet the requirements of NSF 61. 15
3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 16
the pipe which the fitting is connected, unless specifically indicated in the 17
Drawings. 18
4. Fittings Markings 19
a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 20
b. Minimum markings shall include: 21
1) “DI” or “Ductile” cast or metal stamped on each fitting 22
2) Applicable AWWA/ANSI standard for that the fitting 23
3) Pressure rating 24
4) Number of degrees for all bends 25
5) Nominal diameter of the openings 26
6) Year and country fitting was cast 27
7) Manufacturer’s mark 28
5. Joints 29
a. Mechanical Joints with mechanical restraint 30
1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of 31
ANSI/AWWA C110/A21.10. 32
2) The retainer gland shall have the following working pressure ratings based 33
on size and type of pipe: 34
a) Ductile Iron Pipe 35
(1) 3-inch – 16-inch, 350 psi 36
(2) 18-inch – 48-inch, 250 psi 37
b) PVC C900 and C905 38
(1) 3-inch – 12-inch, 305psi 39
(2) 14-inch – 16-inch, 235psi 40
(3) 18-inch – 20-inch, 200psi 41
(4) 24-inch – 30 –inch 165psi 42
33 11 11 - 7
DUCTILE IRON FITTINGS
Page 7 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
c) Ratings are for water pressure and must include a minimum safety 1
factor of 2 to 1 in all sizes 2
3) Retainer glands shall have specific designs for Ductile Iron and PVC and it 3
should be easy to differentiate between the 2. 4
4) Gland body, wedges and wedge actuating components shall be cast from 5
grade 65-45-12 ductile iron material in accordance with ASTM A536. 6
5) Mechanical joint restraint shall require conventional tools and installation 7
procedures per AWWA C600, while retaining full mechanical joint 8
deflection during assembly as well as allowing joint deflection after 9
assembly. 10
6) Proper actuation of the gripping wedges shall be ensured with torque 11
limiting twist off nuts. 12
7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. 13
b. Push-On, Restrained Joints 14
1) Restraining Push-on joints by means of a special gasket 15
a) Only those products that are listed in 01 60 00 16
b) The working pressure rating of the restrained gasket must exceed the 17
test pressure of the pipe line to be installed. 18
c) Approved for use of restraining Ductile Iron Pipe in casing with a 19
carrier pipe of 4-inches to 12-inches 20
d) Otherwise only approved if specially listed on the drawings 21
2) Push-on Restrained Joint bell and spigot 22
a) Only those products list in the standard products list will be allowed for 23
the size listed in the standard products list per Section 01 60 00 24
b) Pressure rating shall exceed the working and test pressure of the pipe 25
line 26
c. Flanged Joints 27
1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 28
2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 29
125. 30
3) Field fabricated flanges are prohibited. 31
6. Gaskets 32
a. Provide Gaskets in accordance with Section 33 11 05. 33
7. Isolation Flanges 34
a. Flanges required by the drawings to be Isolation Flanges shall conform to 35
Section 33 04 10. 36
8. Bolts and Nuts 37
a. Mechanical Joints 38
1) Provide bolts and nuts in accordance with Section 33 11 05. 39
b. Flanged Ends 40
1) Meet requirements of AWWA C115. 41
a) Provide bolts and nuts in accordance with Section 33 11 05. 42
9. Flange Coatings 43
a. Connections to Steel Flanges 44
1) Buried connections with Steel Flanges shall be coated with a Petrolatum 45
Tape System in accordance with Section 33 11 05. 46
10. Ductile Iron Fitting Exterior Coatings 47
33 11 11 - 8
DUCTILE IRON FITTINGS
Page 8 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 1
thick, on the exterior, unless otherwise specified in the Contract Documents. 2
11. Polyethylene Encasement 3
a. All buried Ductile Iron Fittings shall be polyethylene encased. 4
b. Only manufacturers listed in the City’s Standard Products List as shown in 5
Section 01 60 00 will be considered acceptable. 6
c. Use only virgin polyethylene material. 7
d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 8
polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 9
cross-laminated (HDCL) polyethylene encasement conforming to conforming 10
to AWWA/ANSI C105/A21.5 and ASTM A674. 11
e. Marking: At a minimum of every 2 feet along its length, the mark the 12
polyethylene film with the following information: 13
1) Manufacturer’s name or trademark 14
2) Year of manufacturer 15
3) AWWA/ANSI C105/A21.5 16
4) Minimum film thickness and material type 17
5) Applicable range of nominal diameter sizes 18
6) Warning – Corrosion Protection – Repair Any Damage 19
f. Special Markings/Colors 20
1) Reclaimed Water, perform one of the following: 21
a) Label polyethylene encasement with “RECLAIMED WATER”, 22
b) Provide purple polyethylene in accordance with the American Public 23
Works Association Uniform Color Code; or 24
c) Attach purple reclaimed water marker tape to the polyethylene wrap. 25
2) Wastewater, perform one of the following: 26
a) Label polyethylene encasement with “WASTEWATER”; 27
b) Provide green polyethylene in accordance with the American Public 28
Works Association Uniform Color Code; or 29
c) Attach green sanitary sewer marker tape to the polyethylene wrap. 30
g. Polyethylene encasement for use with ductile iron pipe systems shall 31
consist of three layers of co-extruded linear low density polyethylene 32
(LLDPE), fused into a single thickness of not less than eight mils. 33
h. The inside surface of the polyethylene wrap to be in contact with the pipe 34
exterior shall be infused with a blend of anti-microbial biocide to mitigate 35
microbiologically influenced corrosion and a volatile corrosion inhibitor to 36
control galvanic corrosion. 37
i. Minimum widths 38
Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings 39
Nominal Fittings Diameter
(inches)
Min. Width – Flat Tube
(inches)
Min. Width – Sheet
(inches)
3 14 28
4 14 28
6 16 32
8 20 40
10 24 48
33 11 11 - 9
DUCTILE IRON FITTINGS
Page 9 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
12 27 54
14 30 60
16 34 68
18 37 74
20 41 82
24 54 108
30 67 134
36 81 162
42 81 162
48 95 190
54 108 216
60 108 216
64 121 242
12. Ductile Iron Fittings Interior Lining 1
a. Cement Mortar Lining 2
1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 3
accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 4
NSF 61. 5
b. Ceramic Epoxy or Epoxy Linings 6
1) Ductile Iron Fittings for use in wastewater applications shall be lined with 7
a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 8
List as shown in Section 01 60 00. 9
2) Apply lining at a minimum of 40 mils DFT 10
3) Due to the tolerances involved, the gasket area and spigot end up to 6 11
inches back from the end of the spigot end must be coated with 6 mils 12
nominal, 10 mils maximum using a Joint Compound as supplied by the 13
manufacturer. 14
a) Apply the joint compound by brush to ensure coverage. 15
b) Care should be taken that the joint compound is smooth without excess 16
buildup in the gasket seat or on the spigot ends. 17
c) Coat the gasket seat and spigot ends after the application of the lining. 18
4) Surface preparation shall be in accordance with the manufacturer’s 19
recommendations. 20
5) Check thickness using a magnetic film thickness gauge in accordance with 21
the method outlined in SSPC PA 2. 22
6) Test the interior lining of all fittings for pinholes with a non-destructive 23
2,500 volt test. 24
a) Repair any defects prior to shipment. 25
7) Mark each fitting with the date of application of the lining system along 26
with its numerical sequence of application on that date and records 27
maintained by the applicator of his work. 28
8) For all Ductile Iron Fittings in wastewater service where the fitting has 29
been cut, coat the exposed surface with the touch-up material as 30
recommended by the manufacturer. 31
a) The touch-up material and the lining shall be of the same manufacturer. 32
33 11 11 - 10
DUCTILE IRON FITTINGS
Page 10 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
2.3 ACCESSORIES [NOT USED] 1
2.4 SOURCE QUALITY CONTROL [NOT USED] 2
PART 3 - EXECUTION 3
3.1 INSTALLERS [NOT USED] 4
3.2 EXAMINATION [NOT USED] 5
3.3 PREPARATION [NOT USED] 6
3.4 INSTALLATION 7
A. General 8
1. Install fittings, specials and appurtenances as specified herein, as specified in 9
AWWA C600, AWWA M41, and in accordance with the fittings manufacturer’s 10
recommendations. 11
2. Lay fittings to the lines and grades as indicated in the Drawings. 12
3. Excavate and backfill trenches in accordance with 33 05 10. 13
4. Embed Ductile Iron Fittings in accordance with 33 05 10. 14
B. Joint Making 15
1. Mechanical Joints with required mechanical restraint 16
a. All mechanical joints require mechanical restraint. 17
b. Bolt the retainer gland into compression against the gasket, with the bolts 18
tightened down evenly then cross torqued in accordance with AWWA C600. 19
c. Overstressing of bolts to compensate for poor installation practice will not be 20
permitted. 21
2. Push-on Joints (restrained) 22
a. All push-on joints shall be restrained push-on type. 23
b. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 24
c. Wipe clean the gasket seat inside the bell of all extraneous matter. 25
d. Place the gasket in the bell in the position prescribed by the manufacturer. 26
e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 27
gasket and the outside of the spigot prior to entering the spigot into the bell. 28
f. When using a field cut plain end piece of pipe, refinished the field cut and scarf 29
to conform to AWWA M-41. 30
3. Flanged Joints 31
a. Use erection bolts and drift pins to make flanged connections. 32
1) Do not use undue force or restraint on the ends of the fittings. 33
2) Apply even and uniform pressure to the gasket. 34
b. The fitting must be free to move in any direction while bolting. 35
1) Install flange bolts with all bolt heads faced in 1 direction. 36
4. Joint Deflection 37
a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 38
and grades and shown in the Drawings. 39
b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 40
c. The maximum deflection allowed is 50 percent of that indicated in AWWA 41
C600. 42
33 11 11 - 11
DUCTILE IRON FITTINGS
Page 11 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
d. The manufacturer’s recommendation may be used with the approval of the 1
Engineer. 2
C. Polyethylene Encasement Installation 3
1. Preparation 4
a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 5
installation of polyethylene encasement. 6
1) Prevent soil or embedment material from becoming trapped between 7
fittings and polyethylene. 8
b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 9
with minimum space between polyethylene and fittings. 10
1) Provide sufficient slack in contouring to prevent stretching polyethylene 11
where it bridges irregular surfaces such as bell-spigot interfaces, bolted 12
joints or fittings, and to prevent damage to polyethylene due to backfilling 13
operations. 14
2) Secure overlaps and ends with adhesive tape and hold. 15
c. For installations below water table and/or in areas subject to tidal actions, seal 16
both ends of polyethylene tube with adhesive tape at joint overlap. 17
2. Tubular Type (Method A) 18
a. Cut polyethylene tube to length approximately 2 feet longer than fittings 19
section. 20
b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 21
pipe section and bunching it accordion-fashion lengthwise until it clears fittings 22
ends. 23
c. Lower fittings into trench with preceding section of pipe. 24
d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 25
e. After assembling fittings make overlap of polyethylene tube, pull bunched 26
polyethylene from preceding length of pipe, slip it over end of the fitting and 27
wrap until it overlaps joint at end of preceding length of pipe. 28
f. Secure overlap in place. 29
g. Take up slack width at top of fitting to make a snug, but not tight, fit along 30
barrel of fitting, securing fold at quarter points. 31
h. Repair cuts, tears, punctures or other damage to polyethylene. 32
i. Proceed with installation of next fitting in same manner. 33
3. Tubular Type (Method B) 34
a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 35
section. 36
b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 37
end. 38
c. Take up slack width at top of fitting to make a snug, but not tight, fit along 39
barrel of fitting, securing fold at quarter points; secure ends. 40
d. Before making up joint, slip 3-foot length of polyethylene tube over end of 41
proceeding pipe section, bunching it accordion-fashion lengthwise. 42
e. After completing joint, pull 3-foot length of polyethylene over joint, 43
overlapping polyethylene previously installed on each adjacent section of pipe 44
by at least 1 foot; make each end snug and secure. 45
4. Sheet Type 46
33 11 11 - 12
DUCTILE IRON FITTINGS
Page 12 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 1
section. 2
b. Center length to provide 1-foot overlap on each fitting, bunching it until it 3
clears the fitting ends. 4
c. Wrap polyethylene around fitting so that it circumferentially overlaps top 5
quadrant of fitting. 6
d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 7
e. Lower wrapped fitting into trench with preceding section of pipe. 8
f. Make shallow bell hole at joints to facilitate installation of polyethylene. 9
g. After completing joint, make overlap and secure ends. 10
h. Repair cuts, tears, punctures or other damage to polyethylene. 11
i. Proceed with installation of fittings in same manner. 12
5. Pipe-Shaped Appurtenances 13
a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with 14
polyethylene in same manner as pipe and fittings. 15
6. Odd-Shaped Appurtenances 16
a. When it is not practical to wrap valves, tees, crosses and other odd-shaped 17
pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 18
sheet under appurtenances and bringing it up around body. 19
b. Make seams by bringing edges together, folding over twice and taping down. 20
c. Tape polyethylene securely in place at the valve stem and at any other 21
penetrations. 22
7. Repairs 23
a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 24
or with short length of polyethylene sheet or cut open tube, wrapped around 25
fitting to cover damaged area, and secure in place. 26
8. Openings in Encasement 27
a. Provide openings for branches, service taps, blow-offs, air valves and similar 28
appurtenances by making an X-shaped cut in polyethylene and temporarily 29
folding back film. 30
b. After appurtenance is installed, tape slack securely to appurtenance and repair 31
cut, as well as other damaged area in polyethylene with tape. 32
c. Service taps may also be made directly through polyethylene, with any 33
resulting damaged areas being repaired as described above. 34
9. Junctions between Wrapped and Unwrapped Fittings 35
a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, 36
extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 37
b. Secure end with circumferential turns of tape. 38
c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 39
tape for minimum clear distance of 3 feet away from cast or Ductile Iron 40
Fittings. 41
D. Blocking 42
1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 43
crosses and plugs in the pipe lines as indicated in the Drawings. 44
2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 45
normal to the thrust. 46
33 11 11 - 13
DUCTILE IRON FITTINGS
Page 13 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
3. The supporting area for each block shall be at least as great as that indicated on the 1
Drawings and shall be sufficient to withstand the thrust, including water hammer, 2
which may develop. 3
4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 4
5. If the Contractor encounters soil that appears to be different than that which was 5
used to calculate the blocking according to the Drawings, the Contractor shall 6
notify the Engineer prior to the installation of the blocking. 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 fitting. 14
4. Wherever necessary to patch the fitting: 15
a. Make patch with cement mortar as previously specified for interior joints. 16
b. Do not install patched fitting until the patch has been properly and adequately 17
cured and approved for laying by the City. 18
c. Promptly remove rejected fittings 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
3.8 SYSTEM STARTUP [NOT USED] 26
3.9 ADJUSTING [NOT USED] 27
3.10 CLEANING [NOT USED] 28
3.11 CLOSEOUT ACTIVITIES [NOT USED] 29
3.12 PROTECTION [NOT USED] 30
3.13 MAINTENANCE [NOT USED] 31
3.14 ATTACHMENTS [NOT USED] 32
END OF SECTION 33
34
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A.1.c – Restraints included in price bid
1.2.A.2.c – Restraints included in price bid
33 11 11 - 14
DUCTILE IRON FITTINGS
Page 14 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 20, 2017
1.3 – Added definitions of gland types for clarity
2.2.B.5 – Removed unrestrained push-on and mechanical joints
2.2.B.6, 7, 8, and 9 – Added reference to Section 33 05 10 and 33 04 10; removed
material specifications for bolts, nuts and gaskets.
3.4 – Requirement for all mechanical and push-on joints to be restrained
3.4.D – Corrected reference
9/20/2017 W. Norwood 2.2.B.5.a.7 – Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe
1
33 11 12 - 1
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 1 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 9, 2022
SECTION 33 11 12 1
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, 6
wastewater and reuse applications 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. Modified 1.2.A.2.a 9
2. Deleted 1.2.A.2.b 10
3. Added 1.2.A.2.c 11
4. Deleted 3.7.B 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. 33 01 31 – Closed Circuit Television (CCTV) Inspection 17
4. 33 04 40 – Cleaning and Acceptance Testing of Water Mains 18
5. 33 05 10 – Utility Trench Excavation, Embedment and Backfill 19
6. 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 20
7. 33 11 11 – Ductile Iron Fittings 21
1.2 PRICE AND PAYMENT PROCEDURES 22
A. Measurement and Payment 23
1. Measurement 24
a. Measured horizontally along the surface from center line to center line of the 25
fitting, manhole, or appurtenance 26
2. Payment 27
a. Unit Price - The work performed and materials furnished in accordance with 28
this Item and measured as provided under “Measurement” will be paid for at 29
the unit price bid per linear foot of “PVC Water Pipe” installed for: 30
1) Various sizes 31
2) Various types of backfill 32
b. The work performed and materials furnished in accordance with this Item and 33
measured as provided under “Measurement” will be paid for at the unit price 34
bid per linear foot of “Sewer Force Main” installed for: 35
1) Various sizes 36
c. Lump Sum Price – The work performed and materials furnished in 37
accordance with this Item and measured as provided under 38
“Measurement” will be included in the total lump sum price. 39
33 11 12 - 2
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 2 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 9, 2022
3. The price bid shall include: 1
a. Furnishing and installing PVC Pressure Pipe with joints as specified by the 2
Drawings 3
b. Mobilization 4
c. Pavement removal 5
d. Excavation 6
e. Hauling 7
f. Disposal of excess material 8
g. Furnishing, placement and compaction of embedment 9
h. Furnishing, placement and compaction of backfill 10
i. Trench water stops 11
j. Thrust restraint, if required by Contract Documents 12
k. Gaskets 13
l. Clean-up 14
m. Cleaning 15
n. Disinfection 16
o. Testing 17
1.3 REFERENCES 18
A. Reference Standards 19
1. Reference standards cited in this Specification refer to the current reference 20
standard published at the time of the latest revision date logged at the end of this 21
Specification, unless a date is specifically cited. 22
2. American Association of State Highway and Transportation Officials (AASHTO). 23
3. ASTM International (ASTM): 24
a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) 25
Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 26
b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using 27
Flexible Elastomeric Seals. 28
4. American Water Works Association (AWWA): 29
a. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 30
b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes 31
and Fittings for Water. 32
c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN 33
through 60 IN (100 mm thru 1,500 mm). 34
d. M23, PVC Pipe – Design and Installation. 35
e. M41, Ductile-Iron Pipe and Fittings. 36
5. NSF International (NSF): 37
a. 61, Drinking Water System Components – Health Effects. 38
b. 14, Plastics Piping System Components and Related Materials. 39
6. Underwriters Laboratories, Inc. (UL). 40
a. UL 1285, UL Standard for Safety Pipe and Couplings, Polyvinyl Chloride 41
(PVC), and Oriented Polyvinyl Chloride (PVCO) for Underground Fire 42
Service. 43
33 11 12 - 3
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 3 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 9, 2022
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1
1.5 SUBMITTALS 2
A. Submittals shall be in accordance with Section 01 33 00. 3
B. All submittals shall be approved by the City prior to delivery. 4
1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 5
A. Product Data 6
1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains 7
or wastewater gravity mains, including: 8
a. PVC Pressure Pipe 9
b. Manufacturer 10
c. Dimension Ratio 11
d. Joint Types 12
2. Restraint, if required in Contract Documents 13
a. Retainer glands 14
b. Thrust harnesses 15
c. Any other means of restraint 16
3. Gaskets 17
B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe 18
used in the water distribution system or for a wastewater force main for 24-inch and 19
greater diameters, including: 20
1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 21
Texas including: 22
a. Working pressure 23
b. Surge pressure 24
c. Deflection 25
2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 26
Professional Engineer in Texas, to verify the restraint lengths shown on the 27
Drawings. 28
3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed 29
Professional Engineer in Texas including: 30
a. Pipe class 31
b. Joints type 32
c. Fittings 33
d. Stationing 34
e. Transitions 35
f. Joint deflection 36
C. Certificates 37
1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of 38
this Section, each run of pipe furnished has met Specifications, all inspections have 39
been made and that all tests have been performed in accordance with AWWA C900 40
or AWWA C900. 41
33 11 12 - 4
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 4 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 9, 2022
1.7 CLOSEOUT SUBMITTALS [NOT USED] 1
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2
1.9 QUALITY ASSURANCE 3
A. Qualifications 4
1. Manufacturers 5
a. Finished pipe shall be the product of 1 manufacturer for each size, unless 6
otherwise approved by the City. 7
1) Change orders, specials, and field changes may be provided by a different 8
manufacturer upon City approval. 9
b. Pipe manufacturing operations shall be performed under the control of the 10
manufacturer. 11
c. All pipe furnished shall be in conformance with AWWA C900. 12
1.10 DELIVERY, STORAGE, AND HANDLING 13
A. Storage and Handling Requirements 14
1. Store and handle in accordance with the guidelines as stated in AWWA M23. 15
2. Secure and maintain a location to store the material in accordance with Section 01 16
66 00. 17
1.11 FIELD [SITE] CONDITIONS [NOT USED] 18
1.12 WARRANTY [NOT USED] 19
PART 2 - PRODUCTS 20
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 21
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 22
A. Manufacturers 23
1. Only the manufacturers as listed in the City’s Standard Products List will be 24
considered as shown in Section 01 60 00. 25
a. The manufacturer must comply with this Specification and related Sections. 26
2. Any product that is not listed on the Standard Products List is considered a 27
substitution and shall be submitted in accordance with Section 01 25 00. 28
B. Pipe 29
1. Pipe shall be in accordance with AWWA C900. 30
2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 31
3. Pressure Pipe shall be approved by the UL. 32
4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces 33
necessary to comply with the Drawings. 34
5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a 35
cell classification of 12454. Outside diameters must be equal to those of cast iron 36
and ductile iron pipes. 37
33 11 12 - 5
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 5 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 9, 2022
6. As a minimum the following Dimension Ratio’s apply: 1
2
Diameter
(inch)
Min Pressure Class
(psi)
4 through 12 DR 14
16 through 24 DR 18
7. Pipe Markings 3
a. Meet the minimum requirements of AWWA C900. Minimum pipe markings 4
shall be as follows: 5
1) Manufacturer’s Name or Trademark and production record 6
2) Nominal pipe size 7
3) Dimension Ratio 8
4) AWWA C900 9
5) Seal of testing agency that verified the suitability of the pipe 10
C. Pressure and Deflection Design 11
1. Pipe design shall be based on trench conditions and design pressure class specified 12
in the Drawings. Pipe shall be designed according to the methods indicated in 13
AWWA M23 for trench construction, using the following parameters: 14
a. Unit Weight of Fill (w) = 130 pcf 15
b. Live Load = AASHTO HS 20 16
c. Trench Depth = 12 feet minimum, or as indicated in Drawings 17
d. Maximum E’ = 1,000 max 18
e. Deflection Lag Factor = 1.0 19
f. Working Pressure (Pw) = 150 psi 20
g. Surge Allowance (Ps) = 100 psi minimum 21
h. Test Pressure = 22
1) No less than 1.25 times the stated working pressure (187 psi minimum) of 23
the pipeline measured at the highest elevation along the test section. 24
2) No less than 1.5 times the stated working pressure (225 psi minimum) at 25
the lowest elevation of the test section. 26
i. Maximum Calculated Deflection = 3 percent 27
j. Restrained Joint Safety Factor (SF) = 1.5 28
k. Maximum Joint Deflection = 50 percent of the manufacturer’s 29
recommendations. 30
2. Verify trench depths after existing utilities are located. 31
a. Accommodate vertical alignment changes required because of existing utility or 32
other conflicts by an appropriate change in pipe design depth. 33
b. In no case shall pipe be installed deeper than its design allows. 34
3. Provisions for Thrust 35
a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained, 36
corrosion resistant joints. 37
33 11 12 - 6
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 6 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 9, 2022
b. In addition to the mechanical joint restraint required for all bends and fittings, 1
horizontal and vertical bends shall be restrained by concrete thrust blocking and 2
by mechanical joint restraint along the length of the pipe, as recommended by 3
the pipe manufacturer, unless shown otherwise in the design drawings. 4
Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or 5
dimensions for concrete thrust blocking, shall be interpreted to mean the 6
exclusion of the other method of restraint, unless both methods are specifically 7
required in the plans. 8
c. No thrust restraint contribution shall be allowed for the restrained length of 9
pipe within the casing. 10
d. Restrained joints, where required, shall be used for a sufficient distance from 11
each side of the bend, tee, plug, valve, or other fitting to resist thrust which will 12
be developed at the design pressure of the pipe. For the purpose of thrust the 13
following shall apply: 14
1) Calculate valves as dead ends. 15
2) Design pressure shall be greater than the pressure class of the pipe or the 16
internal pressure (Pi), whichever is greater. 17
3) Restrained joints shall consist of approved mechanical restrained or push-18
on restrained joints as listed in the City’s Standard Products List as shown 19
in Section 01 60 00. 20
4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. 21
e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 22
resist thrust in accordance with the Drawings and the following: 23
1) Calculate the weight of the earth (We) as the weight of the projected soil 24
prism above the pipe, for unsaturated soil conditions. 25
2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil 26
conditions 27
3) In locations where ground water is encountered, reduce the soil density to 28
its buoyant weight for the backfill below the water table. 29
a) Reduce the coefficient of friction to 0.25. 30
4. Joints 31
a. Joints shall be gasket, bell and spigot and push-on type conforming to ASTM 32
D3139. 33
b. Since each pipe manufacturer has a different design for push-on joints, gaskets 34
shall be part of a complete pipe section and purchased as such. 35
c. Lubricant must be non-toxic and NSF approved for potable water applications. 36
d. Push-On Restrained Joints shall only be as approved in the Standard Products 37
List in Section 01 60 00. 38
5. Detectable Markers 39
a. Provide detectable markers in accordance with Section 33 05 26. 40
33 11 12 - 7
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 7 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 9, 2022
2.3 ACCESSORIES [NOT USED] 1
2.4 SOURCE QUALITY CONTROL [NOT USED] 2
PART 3 - EXECUTION 3
3.1 INSTALLERS [NOT USED] 4
3.2 EXAMINATION [NOT USED] 5
3.3 PREPARATION [NOT USED] 6
3.4 INSTALLATION 7
A. General 8
1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 9
AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe 10
manufacturer’s recommendations. 11
2. Lay pipe to the lines and grades as indicated in the Drawings. 12
3. Excavate and backfill trenches in accordance with Section 33 05 10. 13
4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 14
5. For installation of carrier pipe within casing, see Section 33 05 24. 15
B. Pipe Handling 16
1. Haul and distribute pipe and fittings at the project site. 17
a. Pipe shall be handled and stored in accordance with the manufacturer’s 18
recommendations. 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. Conduit shall be homogeneous throughout and free from voids, cracks, 23
inclusions and other defects, and shall be uniform as commercially 24
practicable in color, density and other physical characteristics. 25
c. Use only nylon ropes, slings or other lifting devices that will not damage the 26
surface of the pipe for handling the pipe. 27
3. At the close of each operating day: 28
a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after 29
the laying operation. 30
b. Effectively seal the open end of the pipe using a gasketed night cap. 31
C. Joint Making 32
1. Mechanical Joints 33
a. In accordance with Section 33 11 11. 34
2. Push-on Joints 35
a. Install Push-On joints as defined in AWWA C900. 36
b. Wipe clean the gasket seat inside the bell of all extraneous matter. 37
c. Place the gasket in the bell in the position prescribed by the manufacturer. 38
33 11 12 - 8
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 8 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 9, 2022
d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 1
gasket and the outside of the spigot prior to entering the spigot into the bell. 2
e. When using a field cut plain end piece of pipe, refinish the field cut to conform 3
to AWWA C605. 4
3. Joint Deflection 5
a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines 6
and grades shown in the Drawings. 7
b. Joint deflection shall not exceed 50 percent of the manufacturer’s 8
recommendation. 9
D. Detectable Metallic Tape Installation 10
1. See Section 33 05 26. 11
3.5 REPAIR/RESTORATION [NOT USED] 12
3.6 RE-INSTALLATION [NOT USED] 13
3.7 FIELD [OR] SITE QUALITY CONTROL 14
A. Potable Water Mains 15
1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 16
mains: 17
a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 18
main as specified in Section 33 04 40. 19
B. Wastewater Lines 20
1. Closed Circuit Television (CCTV) Inspection 21
a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 22
3.8 SYSTEM STARTUP [NOT USED] 23
3.9 ADJUSTING [NOT USED] 24
3.10 CLEANING [NOT USED] 25
3.11 CLOSEOUT ACTIVITIES [NOT USED] 26
3.12 PROTECTION [NOT USED] 27
3.13 MAINTENANCE [NOT USED] 28
3.14 ATTACHMENTS [NOT USED] 29
END OF SECTION 30
31
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
2.2.C.1 and 3.4.C.3 – revised maximum joint deflection requirements
3.4.C.1 – Added reference to Ductile Iron Fittings
3.4.D – Removed Marker Balls
1.1 Modified acceptable range for specification from up to 24 -inch to up to 36-inch
33 11 12 - 9
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 9 of 9
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised September 9, 2022
4/1/2013 F. Griffin
Change Section 2.2 B. 5. from “The pipe material shall be PVC, meeting the
requirements of ASTM D1784, with a cell classification of 12454-B.” to
“The pipe material shall be PVC, meeting the requirements of ASTM
D1784, with a cell classification of 12454”.
11/14/2018 D.V. Magana All references to use of C905 are no longer applicable and are deleted.
1.3.A.4.c – Updated to reflect C900 applicable on PVC pipe sized 4” through 60”.
9/9/22 W Norwood
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”
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.B.2 Add “b. Conduit shall be homogenous throughout and free from voids,
cracks, inclusions and other defects, and shall be uniform as commercially
practicable in color, density and other physical characteristics”
1
33 12 20 - 1
RESILIENT SEATED (WEDGE) GATE VALVE
Page 1 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 6, 2015
SECTION 33 12 20 1
RESILIENT SEATED (WEDGE) GATE VALVE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 6
water mains 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. Deleted 1.1.A.1.a “Bypass” 9
2. Modified 1.2.A.1.b.1 10
3. Added 1.2.A.1.b.2 11
4. Modified 1.2.A.1.c.5) 12
5. Added 1.2.A.1.c.6) 13
6. Deleted 1.2.A.2 “Cut-In Gate Valve” 14
7. Deleted 2.2.C.3 “Bypass” 15
C. Related Specification Sections include, but are not necessarily limited to: 16
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 17
Contract 18
2. Division 1 – General Requirements 19
3. Section 33 11 05 – Bolts, Nuts, and Gaskets 20
4. Section 33 11 10 – Ductile Iron Pipe 21
1.2 PRICE AND PAYMENT PROCEDURES 22
A. Measurement and Payment 23
1. Gate Valve 24
a. Measurement 25
1) Measurement for this Item shall be per each. 26
b. Payment 27
1) Unit Price - The work performed and the materials furnished in accordance 28
with this Item shall be paid for at the unit price bid per each “Gate Valve” 29
installed for: 30
a) Various sizes 31
2) Lump Sum Price - The work performed and materials furnished in 32
accordance with this Item for various sizes and measured as provided 33
under “Measurement” shall be included in the total lump sum price. 34
c. The price bid shall include: 35
1) Furnishing and installing Gate Valves with connections as specified in the 36
Drawings 37
2) Valve box 38
3) Extension 39
33 12 20 - 2
RESILIENT SEATED (WEDGE) GATE VALVE
Page 2 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 6, 2015
4) Extensions for valves in vaults 1
5) Valve vault and appurtenances (for 16-inch and larger gate valves) 2
6) Petrolatum tape for connections to steel flanges 3
7) 2-inch risers (for 16-inch and larger gate valves) 4
8) Isolation kits when installed with flanged connections 5
9) Polyethylene encasement 6
10) Pavement removal 7
11) Excavation 8
12) Hauling 9
13) Disposal of excess material 10
14) Furnishing, placement and compaction of embedment 11
15) Furnishing, placement and compaction of backfill 12
16) Clean-up 13
17) Cleaning 14
18) Disinfection 15
19) Testing 16
2. Cut-in Gate Valve 17
a. Measurement 18
1) Measurement for this Item shall be per each. 19
b. Payment 20
1) The work performed and the materials furnished in accordance with this 21
Item shall be paid for at the unit price bid per each “Cut-in Gate Valve” 22
installed for: 23
a) Various sizes 24
c. The price bid shall include: 25
1) Furnishing and installing Gate Valves with connections as specified in the 26
Drawings 27
2) System dewatering 28
3) Connections to existing pipe materials 29
4) Valve box 30
5) Extension 31
6) Extensions for valves in vaults 32
7) Valve vault and appurtenances (for 16-inch and larger gate valves) 33
8) Petrolatum tape for connections to steel flanges 34
9) 2-inch risers (for 16-inch and larger gate valves) 35
10) Isolation kits when installed with flanged connections 36
11) Valve vault and appurtenances (for 16-inch and larger gate valves) 37
12) Polyethylene encasement 38
13) Pavement removal 39
14) Excavation 40
15) Hauling 41
16) Disposal of excess material 42
17) Furnishing, placement and compaction of embedment 43
18) Furnishing, placement and compaction of backfill 44
19) Clean-up 45
20) Cleaning 46
21) Disinfection 47
22) Testing 48
33 12 20 - 3
RESILIENT SEATED (WEDGE) GATE VALVE
Page 3 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 6, 2015
1.3 REFERENCES 1
A. Abbreviations and Acronyms 2
1. NRS – Non Rising Stem 3
2. OS&Y – Outside Screw and Yoke 4
B. Reference Standards 5
1. Reference standards cited in this Specification refer to the current reference 6
standard published at the time of the latest revision date logged at the end of this 7
Specification, unless a date is specifically cited. 8
2. American Association of State Highway and Transportation Officials (AASHTO). 9
3. American Society of Mechanical Engineers (ASME): 10
a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 11
4. American Iron and Steel Institute (AISI). 12
5. ASTM International (ASTM): 13
a. A48, Standard Specification for Gray Iron Castings. 14
b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 15
c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 16
Tensile Strength. 17
d. A536, Standard Specification for Ductile Iron Castings. 18
e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 19
f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 20
Steel. 21
6. American Water Works Association (AWWA): 22
a. C509, Resilient-Seated Gate Valves for Water Supply Service. 23
b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. 24
c. C550, Protective Interior Coatings for Valves and Hydrants. 25
d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 26
through 12 IN, for Water Transmission and Distribution. 27
7. American Water Works Association/American National Standards Institute 28
(AWWA/ANSI): 29
a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 30
b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 31
Fittings. 32
c. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 33
Threaded Flanges. 34
8. NSF International (NSF): 35
a. 61, Drinking Water System Components - Health Effects. 36
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37
1.5 SUBMITTALS 38
A. Submittals shall be in accordance with Section 01 33 00. 39
B. All submittals shall be approved by the City prior to delivery. 40
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41
A. Product Data 42
33 12 20 - 4
RESILIENT SEATED (WEDGE) GATE VALVE
Page 4 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 6, 2015
1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 1
supplied, including: 2
a. Dimensions, weights, material list, and detailed drawings 3
b. Joint type 4
c. Maximum torque recommended by the manufacturer for the valve size 5
2. Polyethylene encasement and tape 6
a. Whether the film is linear low density or high density cross linked polyethylene 7
b. The thickness of the film provided 8
3. Thrust Restraint, if required by contract Documents 9
a. Retainer glands 10
b. Thrust harnesses 11
c. Any other means 12
4. Instructions for field repair of fusion bonded epoxy coating 13
5. Gaskets 14
B. Certificates 15
1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 16
the provisions of this Section, each valve meets Specifications, all inspections have 17
been made and that all tests have been performed in accordance with AWWA C509 18
or AWWA C515. 19
2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 20
3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 21
years experience manufacturing Resilient Seated Gate Valves of similar service and 22
size with experience record. 23
4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 24
controls any foreign factory/foundry that supplies valve casings and can certify that 25
the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 26
control at the foreign factory/foundry. 27
1.7 CLOSEOUT SUBMITTALS [NOT USED] 28
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29
1.9 QUALITY ASSURANCE 30
A. Qualifications 31
1. Manufacturers 32
a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 33
project. 34
1) Change orders, specials and field changes may be provided by a different 35
manufacturer upon City approval. 36
b. For valves less than 16-inch, valves of each size shall be the product of 1 37
manufacturer, unless approved by the City. 38
1) Change orders, specials and field changes may be provided by a different 39
manufacturer upon City approval. 40
c. Valves shall meet or exceed AWWA C509 or AWWA C515. 41
d. For valves equipped with a bypass, the bypass valve must be of the same 42
manufacturer as the main valve. 43
e. Resilient Seated Gate Valves shall be new. 44
33 12 20 - 5
RESILIENT SEATED (WEDGE) GATE VALVE
Page 5 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 6, 2015
f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 1
successful experience manufacturing of Resilient Seated Gate Valves of similar 2
service and size, and indicated or demonstrate an experience record that is 3
satisfactory to the Engineer and City. This experience record will be thoroughly 4
investigated by the Engineer, and acceptance will be at the sole discretion of the 5
Engineer and City. 6
g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 7
bypass; that are not manufactured within the United States of America, shall be 8
manufactured by factories/foundries that are owned or controlled (partial 9
ownership) such that the Resilient Seated Gate Valve Manufacturer can control 10
and guarantee quality at the foreign factory/foundry. 11
1.10 DELIVERY, STORAGE, AND HANDLING 12
A. Storage and Handling Requirements 13
1. Protect all parts so 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
2. Protect all equipment and parts against any damage during a prolonged period at the 17
site. 18
3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 19
strongly built and securely bolted thereto. 20
4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 21
5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 22
extremes in temperature. 23
6. Secure and maintain a location to store the material in accordance with Section 01 24
66 00. 25
1.11 FIELD [SITE] CONDITIONS [NOT USED] 26
1.12 WARRANTY 27
A. Manufacturer Warranty 28
1. Manufacturer’s Warranty shall be in accordance with Division 1. 29
PART 2 - PRODUCTS 30
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 31
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 32
A. Manufacturers 33
1. Only the manufacturers as listed on the City’s Standard Products List will be 34
considered as shown in Section 01 60 00. 35
a. The manufacturer must comply with this Specification and related Sections. 36
2. Any product that is not listed on the Standard Products List is considered a 37
substitution and shall be submitted in accordance with Section 01 25 00. 38
B. Description 39
33 12 20 - 6
RESILIENT SEATED (WEDGE) GATE VALVE
Page 6 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 6, 2015
1. Regulatory Requirements 1
a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 2
shall meet or exceed the requirements of this Specification. 3
b. All valve components in contact with potable water shall conform to the 4
requirements of NSF 61. 5
C. Materials 6
1. Valve Body 7
a. Valve body: ductile iron per ASTM A536 8
b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. 9
c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 10
C111/A21.11. 11
d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 12
mils, meeting AWWA C550 requirements 13
e. Buried valves: Provide with polyethylene encasement in accordance with 14
AWWA/ANSI C105/A21.5. 15
1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 16
2. Wedge (Gate) 17
a. Resilient wedge: rated at 250 psig cold water working pressure 18
b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 19
permanently bonded EPDM rubber. 20
3. Bypass 21
a. For gate valves using a double roller, track and scrapper system, an integrally 22
cast bypass on the body of the valve is required. 23
1) Orient the bypass on the same side of the gate valve as the spur gear to 24
allow operation of both valves from the manhole opening. 25
2) The bypass shall be a minimum 4-inch in size. 26
4. Gate Valve Bolts and Nuts 27
a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 28
A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service (4-inch 29
through 12-inch valves) or as specified in 2.2.C.4.b. 30
b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 31
sizes) and for valves 16-inch through 36-inch (non-buried service) 32
5. Bolts and Nuts 33
a. Mechanical Joints 34
a) Provide bolts and nuts in accordance with Section 33 11 05. 35
b. Flanged Ends 36
1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 37
material. 38
2) Provide bolts and nuts in accordance with Section 33 11 05. 39
3) Flanged isolation kits shall be provided when connecting to buried steel or 40
concrete pressure pipe. Kits shall conform to Section 33 04 10. 41
6. Joints 42
a. Valves: flanged, or mechanical-joint or any combination of these as specified 43
on the Drawings or in the project Specifications 44
1) Flanged-joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 45
a) Flange bolt circles and bolt holes shall match those of ASME B16.1, 46
Class 125. 47
33 12 20 - 7
RESILIENT SEATED (WEDGE) GATE VALVE
Page 7 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 6, 2015
b) Field fabricated flanges are prohibited. 1
2) Steel or concrete pressure pipe 2
a) Use flange-joints unless otherwise specified in the Contract 3
Documents. 4
3) Ductile Iron or PVC pressure pipe 5
a) Use mechanical joints with mechanically restrained retainer glands 6
unless otherwise specified in the Contract Documents. 7
7. Operating Nuts 8
a. Supply for buried service valves 9
b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 10
c. Cast an arrow showing the direction of opening with the word “OPEN” on the 11
operating nut base. 12
d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 13
direction. Nut shall be painted red per AWWA specifications 14
e. Connect the operating nut to the shaft with a shear pin that prevents the nut 15
from transferring torque to that shaft or the gear box that exceeds the 16
manufacturer’s recommended torque. 17
f. Furnish handwheel operators for non-buried service, or when shown in the 18
Drawings. 19
8. Gearing 20
a. Gate valves that are 24 inch and larger: Equip with a spur gear. 21
b. Bevel gears for horizontally mounted valves are not allowed. 22
c. The spur gear shall be designed and supplied by the manufacturer of the valve 23
as an integral part of the gate valve. 24
9. Gaskets 25
a. Provide gaskets in accordance with Section 33 11 05. 26
2.3 ACCESSORIES 27
A. All gate valves shall have the following accessories provided as part of the gate valve 28
installation: 29
1. A keyed solid extension stem of sufficient length to bring the operating nut up to 30
within 1 foot of the surface of the ground, when the operating nut on the gate valve 31
is 3 feet or more beneath the surface of the ground. Extension Stems are: 32
a. Not required on City stock orders 33
b. Not to be bolted or attached to the valve-operating nut 34
c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting 35
loosely enough to allow deflection 36
2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 37
sufficient quantity for assembly of each joint. 38
3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 39
boxes and covers 40
a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 ¼-inch 41
shafts, screw type, consisting of a top section and a bottom section. 42
b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 43
in attached in Section 01 60 00. 44
c. Valve box covers shall be so designed that they can be easily removed to 45
provide access to valve operating nut. 46
33 12 20 - 8
RESILIENT SEATED (WEDGE) GATE VALVE
Page 8 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 6, 2015
d. Valve box covers must be designed to stay in position and resist damage under 1
AASHTO HS 20 traffic loads. 2
e. Each cover shall be casted with the word “WATER” or “RECLAIMED” in 3
raised letters on the upper surface. 4
f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 5
1) Valve box covers shall be round for potable water applications and square 6
for reclaimed water applications. 7
g. Box extension material shall be AWWA C900 PVC or ductile iron. 8
2.4 SOURCE QUALITY CONTROL [NOT USED] 9
PART 3 - EXECUTION 10
3.1 INSTALLERS [NOT USED] 11
3.2 EXAMINATION [NOT USED] 12
3.3 PREPARATION [NOT USED] 13
3.4 INSTALLATION 14
A. General 15
1. All valves shall be installed in vertical position when utilized in normal pipeline 16
installation. 17
2. Valves shall be placed at line and grade as indicated on the Drawings. 18
3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 19
3.5 REPAIR/RESTORATION [NOT USED] 20
3.6 RE-INSTALLATION [NOT USED] 21
3.7 FIELD [OR] SITE QUALITY CONTROL 22
A. Field Inspections 23
1. Before acceptance of the installed valve, the City Field Operations Staff shall have 24
the opportunity to operate the valve. 25
2. The City shall be given the opportunity to inspect all buried flanges before they are 26
covered. 27
3. The Operator will be assessing the ease of access to the operating nut within the 28
valve box and ease of operating the valve from a fully closed to fully opened 29
position. 30
4. If access and operation of the valve meet the City’s criteria, then the valve will be 31
accepted as installed. 32
B. Non-Conforming Work 33
1. If access and operation of the valve or its appurtenances does not meet the City’s 34
criteria, the Contractor will remedy the situation until it meets the City’s criteria, at 35
the Contractor’s expense. 36
33 12 20 - 9
RESILIENT SEATED (WEDGE) GATE VALVE
Page 9 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 6, 2015
3.8 SYSTEM STARTUP [NOT USED] 1
3.9 ADJUSTING [NOT USED] 2
3.10 CLEANING [NOT USED] 3
3.11 CLOSEOUT ACTIVITIES [NOT USED] 4
3.12 PROTECTION [NOT USED] 5
3.13 MAINTENANCE [NOT USED] 6
3.14 ATTACHMENTS [NOT USED] 7
8
33 12 20 - 10
RESILIENT SEATED (WEDGE) GATE VALVE
Page 10 of 10
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised May 6, 2015
END OF SECTION 1
2
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
1.1.A – Modified acceptable size range and added requirement for bypass in 30-inch
gate valves, Blue text added for exceptions
1.2 Measurement and Payment – Added Cut-In Gate Valve
1.2.A.1.c and 1.2.A.2.c – added additional items to be included in price bid
1.6.A – removed requirement for product data for bolts and nuts because it is to be
included under Section 33 11 05.
1.9.A.1 – Added requirement for bypass valve manufacturing
2.2.C. – Added requirement for 30-inch gate valves to have a bypass and bypass
material requirements; Added reference to Section 33 11 05 and removed material
specification for bolts, nuts and gaskets; Added requirement for flanged isolation
kits; Added restraint requirements for mechanical joint connections with ductile iron
or PVC pressure pipe.
2.3.3 – Modified acceptable cast iron from Class 40 to Class 35B; Added
requirements for reclaimed water applications
6/24/2014 D. Townsend
1.1.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on
a case-by-case basis
1.6.B.3 Added Section. Requires Affidavit for 5 years of experience in
manufacturing RS Gate valves of similar size and type.
1.6.B.4 Added Section – Requires Affidavit on Gate Valve manufacturers ownership
in foreign factories/foundries providing components to certify on-site quality control.
1.9.A.1.f Added Section. Requirement for 5 years of experience in manufacturing
RS Gate valves of similar size and type.
1.9.A.1.g Added Section. Requirement for Gate Valve manufacturers ownership (or
control) in foreign factories/foundries providing components to certify on-site quality
control
5/6/2015 D. Townsend
1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from
30-inch to 48-inch
1.1.A.1.a Revised minimum size gate valve requiring bypass from 30-inch to 24-
inch.
2.2.C.3. Changed requirement for an integrally cast bypass from 30-inch and above
resilient seated gate valves to all double roller, track and scrapper system resilient
seated gate valves
2.2.C.3.2 Added the minimum size bypass shall be 4-inches.
2.2.C.7.d Added that nut shall be painted red per AWWA specifications
3
33 12 25 - 1
CONNECTION TO EXISTING WATER MAINS
Page 1 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised February 6, 2013
SECTION 33 12 25 1
CONNECTION TO EXISTING WATER MAINS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Connection to existing water mains to include, but not limited to: 6
a. Cutting in a tee for a branch connection 7
b. Extending from an existing water main 8
c. Installing a tapping sleeve and valve 9
B. Deviations from this City of Fort Worth Standard Specification 10
1. Modified 1.2.A.1.b.1 11
2. Added 1.2.A.1.b 12
3. Modified 1.2.A.2.a. 13
4. Added 1.2.A.2.b 14
5. Modified 1.2.A.3.b.1 15
6. Added 1.2.A.3.b.2 16
C. Related Specification Sections include, but are not necessarily limited to: 17
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 18
Contract 19
2. Division 1 – General Requirements 20
3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 21
4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 22
5. Section 33 05 30 – Location of Existing Utilities 23
6. Section 33 11 05 – Bolts, Nuts, and Gaskets 24
7. Section 33 11 10 – Ductile Iron Pipe 25
1.2 PRICE AND PAYMENT PROCEDURES 26
A. Connection to Existing Water Mains 27
1. Connection to an existing unpressurized Fort Worth Water Distribution System 28
Main that does not require the City to take part of the water system out of service 29
a. Measurement 30
1) This Item is considered subsidiary to the water pipe being installed. 31
b. Payment 32
1) Unit Price - The work performed and the materials furnished in accordance 33
with this Item are subsidiary to the unit price bid per linear foot of water 34
pipe complete in place, and no other compensation will be allowed. 35
2) Lump Sum Price - The work performed and the materials furnished in 36
accordance with this Item are included in the total lump sum price. 37
33 12 25 - 2
CONNECTION TO EXISTING WATER MAINS
Page 2 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised February 6, 2013
2. Connection to an existing pressurized Fort Worth Water Distribution System Main 1
that requires a shutdown of some part of the water system 2
a. Measurement 3
1) Measurement for this Item shall be per each connection completed. 4
b. Payment 5
1) Unit Price - The work performed and the materials furnished in accordance 6
with this Item shall be paid for at the unit price bid per each “Connection to 7
Existing Water Main” installed for: 8
a) Various sizes of existing water distribution main 9
2) Lump Sum Price - The work performed and the materials furnished in 10
accordance with this Item for various sizes of existing water 11
distribution main shall be included in the total lump sum price. 12
c. The price bid shall include all aspects of making the connection including, but 13
not limited to: 14
1) Preparing submittals 15
2) Dewatering 16
3) Exploratory excavation (as needed) 17
4) Coordination and notification 18
5) Remobilization 19
6) Temporary lighting 20
7) Polyethylene encasement 21
8) Make-up pieces 22
9) Linings 23
10) Pavement removal 24
11) Excavation 25
12) Hauling 26
13) Disposal of excess material 27
14) Clean-up 28
15) Cleaning 29
16) Disinfection 30
17) Testing 31
3. Connection to an existing pressurized Fort Worth Water Distribution System Main 32
by Tapping Sleeve and Valve: 33
a. Measurement 34
1) Measurement for this Item shall be per each connection completed. 35
b. Payment 36
1) Unit Price - The work performed and the materials furnished in accordance 37
with this Item shall be paid for at the unit price bid per each “Tapping 38
Sleeve and Valve” installed for: 39
a) Various sizes of connecting main 40
b) Various sizes of existing water distribution main 41
2) Lump Sum Price - The work performed and the materials furnished in 42
accordance with this Item shall be included in the total lump sum 43
price. 44
c. The price bid shall include all aspects of making the connection including, but 45
not limited to: 46
1) Preparing submittals 47
2) Dewatering 48
3) Exploratory excavation (as needed) 49
33 12 25 - 3
CONNECTION TO EXISTING WATER MAINS
Page 3 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised February 6, 2013
4) Coordination and notification 1
5) Tapping Sleeve and Tapping Valve 2
6) Remobilization 3
7) Temporary lighting 4
8) Polyethylene encasement 5
9) Make-up pieces 6
10) Linings 7
11) Pavement removal 8
12) Excavation 9
13) Hauling 10
14) Disposal of excess material 11
15) Clean-up 12
16) Cleaning 13
17) Disinfection 14
18) Testing 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. American Society of Mechanical Engineers (ASME): 21
a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 22
3. ASTM International (ASTM): 23
a. A36, Standard Specification for Carbon Structural Steel. 24
b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 25
High Temperature or High Pressure Service and Other Special Purpose 26
Applications 27
c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 28
Pressure or High Temperature Service, or Both 29
d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 30
e. A283, Standard Specification for Low and Intermediate Tensile Strength 31
Carbon Steel Plates. 32
f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 33
and Intermediate-Tensile Strength. 34
g. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 35
h. D2000, Standard Classification System for Rubber Products in Automotive 36
Applications. 37
4. American Water Works Association (AWWA): 38
a. C200, Steel Water Pipe - 6 IN and Larger. 39
b. C207, Steel Pipe Flanges for Waterworks Service – Sizes 4 IN through 144 IN. 40
c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel 41
Water Pipelines. 42
d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 43
5. American Water Works Association/American National Standards Institute 44
(AWWA/ANSI): 45
a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 46
33 12 25 - 4
CONNECTION TO EXISTING WATER MAINS
Page 4 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised February 6, 2013
b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 1
Fittings. 2
c. C115A21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron 3
Threaded Flanges. 4
6. NSF International (NSF): 5
a. 61, Drinking Water System Components – Health Effects. 6
7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 7
(MSS): 8
a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 9
1.4 ADMINISTRATIVE REQUIREMENTS 10
A. Pre-installation Meetings 11
1. Required for any connections to an existing, pressurized 16-inch or larger City 12
water distribution system main that requires a shutdown of some part of the water 13
system 14
2. May also be required for connections that involve shutting water service off to 15
certain critical businesses 16
3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time 17
for the work to occur. 18
4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 19
5. Review work procedures as submitted and any adjustments made for current field 20
conditions. 21
6. Verify that all valves and plugs to be used have adequate thrust restraint or 22
blocking. 23
7. Schedule a test shutdown with the City. 24
8. Schedule the date for the connection to the existing system. 25
B. Scheduling 26
1. Schedule work to make all connections to existing 16-inch and larger mains: 27
a. During the period from November through April, unless otherwise approved by 28
the City 29
b. During normal business hours from Monday through Friday, unless otherwise 30
approved by the City 31
2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 32
planned disruption to the existing water system. 33
a. In the event that other water system activities do not allow the existing main to 34
be dewatered at the requested time, schedule work to allow the connection at an 35
alternate time acceptable to the City. 36
1) If water main cannot be taken out of service at the originally requested 37
time, coordination will be required with the City to discuss rescheduling 38
and compensation for mobilization. 39
2) No additional payment will be provided if the schedule was altered at the 40
Contractor’s request. 41
1.5 SUBMITTALS 42
A. Submittals shall be in accordance with Section 01 33 00. 43
33 12 25 - 5
CONNECTION TO EXISTING WATER MAINS
Page 5 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised February 6, 2013
B. All submittals shall be approved by the City prior to delivery and/or fabrication for 1
specials. 2
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3
A. Product Data, if applicable 4
1. Tapping Sleeve noting the pressure rating and coating system supplied including: 5
a. Dimensions, weights, material list, and detailed drawings 6
b. Maximum torque recommended by the manufacturer for the valve by size 7
B. Submittals 8
1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 9
by City that includes: 10
a. Results of exploratory excavation 11
b. Dewatering 12
c. Procedure for connecting to the existing water main 13
d. Time period for completing work from when the water is shut down to when 14
the main is back in service 15
e. Testing and repressurization procedures 16
2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 17
must be certified and provide Welding Certificates, upon request, in accordance 18
with AWWA C200. 19
1.7 CLOSEOUT SUBMITTALS [NOT USED] 20
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21
1.9 QUALITY ASSURANCE [NOT USED] 22
1.10 DELIVERY, STORAGE, AND HANDLING 23
A. Storage and Handling Requirements 24
1. Protect parts so that no damage or deterioration occurs during a prolonged delay 25
from the time of shipment until installation is completed. 26
2. Protect all equipment and parts against any damage during a prolonged period at the 27
site. 28
3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 29
built and securely bolted thereto. 30
4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 31
5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 32
extremes in temperature. 33
6. Secure and maintain a location to store the material in accordance with Section 01 34
66 00. 35
1.11 FIELD [SITE] CONDITIONS [NOT USED] 36
1.12 WARRANTY 37
A. Manufacturer Warranty 38
1. Manufacturer’s warranty shall be in accordance with Division 1. 39
33 12 25 - 6
CONNECTION TO EXISTING WATER MAINS
Page 6 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised February 6, 2013
PART 2 - PRODUCTS 1
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 3
A. Manufacturers 4
1. Only the manufacturers as listed by the City’s Standard Products List will be 5
considered as shown in Section 01 60 00. 6
a. The manufacturer must comply with this Specification and related Sections. 7
2. Any product that is not listed on the Standard Products List is considered a 8
substitution and shall be submitted in accordance with Section 01 25 00. 9
B. Description 10
1. Regulatory Requirements 11
a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 12
this Specification. 13
b. All valve components in contact with potable water shall conform to the 14
requirements of NSF 61. 15
C. Tapping Sleeve Materials 16
1. Body 17
a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM 18
A36 Steel or equal 19
b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 20
applied per AWWA C213. 21
c. All buried tapping sleeves shall be provided with polyethylene encasement in 22
accordance with AWWA/ANSI C105/A21.5. 23
1) Polyethylene encasement shall be in accordance with Section 33 11 10. 24
2. Flange 25
a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 26
B16.1 Class 125. 27
b. Recessed for tapping valve per MSS SP-60 28
3. Bolts and Nuts 29
a. Flanged Ends 30
1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 31
material. 32
2) Provide bolts and nuts in accordance with Section 33 11 05. 33
4. Gaskets 34
a. Provide gaskets in accordance with Section 33 11 05. 35
5. Test Plug 36
a. ¾-inch NPT carbon steel with square head and fusion bonded epoxy coating 37
33 12 25 - 7
CONNECTION TO EXISTING WATER MAINS
Page 7 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised February 6, 2013
2.3 ACCESSORIES [NOT USED] 1
2.4 SOURCE QUALITY CONTROL [NOT USED] 2
PART 3 - EXECUTION 3
3.1 INSTALLERS [NOT USED] 4
3.2 EXAMINATION 5
A. Verification of Conditions 6
1. Verify by exploratory excavation, if needed, that existing water main is as depicted 7
in the Drawings and that the location is suitable for a connection to the existing 8
water main. 9
a. Excavate and backfill trench for the exploratory excavation in accordance with 10
33 05 10. 11
2. Verify that all equipment and materials are available on–site prior to the shutdown 12
of the existing main. 13
3. Pipe lines shall be completed, tested and authorized for connection to the existing 14
system in accordance with Section 33 04 40. 15
3.3 PREPARATION [NOT USED] 16
3.4 INSTALLATION 17
A. General 18
1. Upon disruption of the existing water main, continue work until the connection is 19
complete and the existing water main is back in service. 20
B. Procedure 21
1. Expose the proposed connection point in accordance with Section 33 05 10. 22
2. Dewater the existing water line so the chlorinated water is not unlawfully 23
discharged. 24
3. Maintain the water that may bleed by existing valves or plugs during installation 25
within the work area to a reasonable level. 26
a. Control the water in such a way that it does not interfere with the proper 27
installation of the connection or create a discharge of chlorinated water. 28
4. If any discharge of chlorinated water occurs, discharged water shall be de-29
chlorinated in accordance with Section 33 04 40 30
5. Cut and remove existing water main in order to make the connection. 31
6. Verify that the existing pipe line is suitable for the proposed connection. 32
7. Place trench foundation and bedding in accordance with 33 05 10. 33
8. In the event that a tapping sleeve and valve is used, the coupon from the existing 34
water main shall be submitted to the City. 35
9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 36
10. Establish thrust restraint as provided for in the Drawings. 37
33 12 25 - 8
CONNECTION TO EXISTING WATER MAINS
Page 8 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised February 6, 2013
11. Clean and disinfect the pipeline associated with the connection in accordance with 1
Section 33 04 40. 2
12. Place embedment to the top of the pipe zone. 3
13. Request that the City Valve Crew re-pressurize the pipeline. 4
14. Directionally flush the connection in accordance with Section 33 04 40. 5
15. Request that City Valve Crew open all remaining valves. 6
3.5 REPAIR/RESTORATION [NOT USED] 7
3.6 RE-INSTALLATION [NOT USED] 8
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 9
3.8 SYSTEM STARTUP [NOT USED] 10
3.9 ADJUSTING [NOT USED] 11
3.10 CLEANING [NOT USED] 12
3.11 CLOSEOUT ACTIVITIES [NOT USED] 13
3.12 PROTECTION [NOT USED] 14
3.13 MAINTENANCE [NOT USED] 15
3.14 ATTACHMENTS [NOT USED] 16
END OF SECTION 17
18
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 2.2.C.3 and 4 – Added reference to Section 33 11 05 and removed bolt, nut and
gasket material specification
2/6/2013 D. Townsend 3.4.B.4 Modified to refer to Section 33 04040
19
33 12 40 - 1
FIRE HYDRANTS
Page 1 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 3, 2014
SECTION 33 12 40 1
FIRE HYDRANTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Dry-barrel fire hydrants with 51/4-inch main valve for use with potable water mains 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. Modified 1.2.A.2.a 8
2. Modified 1.2.A.2.b 9
C. Related Specification Sections include, but are not necessarily limited to: 10
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11
2. Division 1 – General Requirements 12
3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 13
4. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 14
5. Section 33 11 10 – Ductile Iron Pipe 15
6. Section 33 11 11 – Ductile Iron Fittings 16
7. Section 33 11 14 – Buried Steel Pipe and Fittings 17
8. Section 33 12 20 – Resilient Seated (Wedge) Gate Valve 18
1.2 PRICE AND PAYMENT PROCEDURES 19
A. Measurement and Payment 20
1. Measurement 21
a. Fire Hydrant and Extension 22
1) Measurement for this item shall be by the hydrant, complete in place. 23
2. Payment 24
a. Unit Price - The work performed and materials furnished in accordance with 25
this Item and measured under “Measurement” will be paid for at the unit prices 26
bid per each “Fire Hydrant” installed. 27
b. Lump Sum Price - The work performed and materials furnished in 28
accordance with this Item and measured under “Measurement” will be 29
included in the total lump sum price. 30
3. The price bid shall include: 31
a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 32
Drawings 33
b. Dry-Barrel Fire Hydrant assembly from base to operating nut 34
c. Extension barrel and stem 35
d. Adjusting hydrant to the appropriate height 36
e. Painting 37
f. Pavement Removal 38
g. Excavation 39
h. Freight, loading, unloading and handling 40
i. Disposal of excess material 41
33 12 40 - 2
FIRE HYDRANTS
Page 2 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 3, 2014
j. Furnish, placement and compaction of embedment 1
k. Furnish, placement and compaction of backfill 2
l. Blocking, Braces and Rest 3
m. Clean up 4
n. Disinfection 5
1.3 TESTINGREFERENCES 6
A. Definitions 7
1. Base: The lateral connection to the fire hydrant lead; also called a shoe 8
B. Reference Standards 9
1. Reference standards cited in this Specification refer to the current reference 10
standard published at the time of the latest revision date logged at the end of this 11
Specification, unless a date is specifically cited. 12
2. American Water Works Association (AWWA): 13
a. C502, Dry-Barrel Fire Hydrants 14
b. Manual of Water Supply Practices M17 (AWWA Manual M17) – Installation, 15
Field Testing, and Maintenance of Fire Hydrants 16
3. NSF International 17
a. 61, Drinking Water System Components – Health Effects 18
4. National Fire Protection Association (NFPA) 19
a. 1963, Standard for Fire Hose Connections 20
5. Underwriters Laboratories, Inc. (UL) 21
a. 246, Hydrants for Fire-Protection Service 22
6. Factory Mutual (FM) 23
a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for 24
Private Fire Service 25
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26
1.5 SUBMITTALS 27
A. Submittals shall be in accordance with Section 01 33 00. 28
B. All submittals shall be approved by the City prior to construction. 29
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 30
A. Product Data 31
1. Dry-Barrel Fire Hydrant stating: 32
a. Main valve opening size 33
b. Nozzle arrangement and sizes 34
c. Operating nut size 35
d. Operating nut operating direction 36
e. Working pressure rating 37
f. Component assembly and materials 38
g. Coatings and Finishes 39
1.7 CLOSEOUT SUBMITTALS [NOT USED] 40
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 41
33 12 40 - 3
FIRE HYDRANTS
Page 3 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 3, 2014
1.9 QUALITY ASSURANCE 1
A. Qualifications 2
1. Manufacturers 3
a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. 4
1) Change orders, specials and field changes may be provided by a different 5
manufacturer upon City approval. 6
2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and 7
FM 1510. 8
1.10 DELIVERY, STORAGE, AND HANDLING 9
A. Storage and Handling Requirements 10
1. Store and handle in accordance with the guidelines as stated in AWWA C502 and 11
AWWA Manual M17. 12
2. Protect all parts so that no damage or deterioration will occur during a prolonged 13
delay from the time of shipment until installation is completed and the units and 14
equipment are ready for operation. 15
3. Protect all equipment and parts against any damage during a prolonged period at the 16
site. 17
4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 18
strongly built and securely bolted thereto. 19
5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 20
6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 21
extremes in temperature. 22
7. Secure and maintain a location to store the material in accordance with Section 01 23
66 00. 24
1.11 FIELD CONDITIONS [NOT USED] 25
1.12 WARRANTY 26
A. Manufacturer Warranty 27
1. Manufacturer’s Warranty shall be in accordance with Division 1. 28
PART 2 - PRODUCTS 29
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 30
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 31
A. Manufacturers 32
1. Only the manufacturers as listed on the City’s Standard Products List will be 33
considered as shown in Section 01 60 00. 34
a. The manufacturer must comply with this Specification and related Sections. 35
2. Any product that is not listed on the Standard Products List is considered a 36
substitution and shall be submitted in accordance with Section 01 25 00. 37
3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer 38
regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar 39
service and size. 40
B. Description 41
33 12 40 - 4
FIRE HYDRANTS
Page 4 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 3, 2014
1. Regulatory Requirements 1
a. Dry-Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA 2
C502 and shall meet or exceed the requirements of this Specification. 3
b. All Dry-Barrel Fire Hydrant components in contact with potable water shall 4
conform to the requirements of NSF 61. 5
C. Performance / Design Criteria 6
1. Capacities 7
a. Rated working pressure of 250 psi or greater 8
2. Design Criteria 9
a. Operating nut 10
1) Uniformly tapered square nut measuring: 11
a) 1 inch at the base 12
b) 7/8 inch at the top 13
2) Open by turning the operating nut to the right (clockwise) 14
a) Provide operating direction clearly marked with an arrow and the word 15
“OPEN”. 16
3) Provide weather shield with operating nut. 17
b. Main Valve 18
1) Minimum 51/4-inch opening 19
2) Compression type 20
a) Opening against pressure 21
b) Closing with pressure 22
c. Nozzles 23
1) ‘T’ shape, 3 nozzle arrangement 24
2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 25
a) Hose nozzles 26
(1) 2 x 21/2-inch (nominal size of connection) 27
(a) 180 degrees apart 28
(b) Thread Designation 2.5-7.5 NH (NFPA 1963) 29
b) Pump nozzle 30
(1) 4-inch (nominal size of connection) 31
(a) Thread Designation 4-4 NH (NFPA 1963) 32
d. Hydrant Barrel Configuration 33
1) Upper barrel 34
2) Breakable flange and stem 35
a) To be installed above ground at the connection to the upper barrel 36
3) Extension barrel (if needed) and lower barrel 37
a) Extension barrel and stem 38
(1) Lengthen in 6-inch increments 39
e. Drain Valve 40
1) Non-corrodible material 41
2) Spring operated drain valves are not allowed. 42
D. Function 43
1. Drain Valve 44
a. Drain fire hydrant barrels when main valve is closed. 45
E. Materials 46
1. Furnish materials in accordance with AWWA C502. 47
33 12 40 - 5
FIRE HYDRANTS
Page 5 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 3, 2014
2. Dry-Barrel Fire Hydrant Assembly 1
a. Internal parts 2
1) Threads 3
a) Provide operating thread designed to avoid metal such as iron or steel 4
threads against iron or steel parts. 5
2) Stem 6
a) Stem Nuts 7
(1) Provide bronze stem nuts. 8
(a) Grades per AWWA C502 9
b) Where needed, stem shall be grooved and sealed with O-rings. 10
3. Provide crushed rock for placement around base conforming to Section 33 05 10. 11
F. Finishes 12
1. Primer Materials 13
a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502. 14
2. Finish Materials 15
a. Dry-Barrel Fire Hydrant 16
1) Exterior 17
a) Above grade 18
(1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant 19
assembly components in accordance with AWWA C502. 20
(2) Coating shall be Flynt Aluminum Paint in Silver. 21
b) Below grade 22
(1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant 23
assembly components in accordance with AWWA C502. 24
2) Interior 25
a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance 26
with AWWA C502 27
2.3 ACCESSORIES 28
A. Polyethylene Encasement 29
1. Provide polyethylene encasement in accordance with Section 33 11 10. 30
B. Embedment 31
1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 32
2.4 SOURCE QUALITY CONTROL 33
A. Tests and Inspections 34
1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA 35
C502. 36
B. Markings 37
1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502. 38
33 12 40 - 6
FIRE HYDRANTS
Page 6 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 3, 2014
PART 3 - EXECUTION [NOT USED] 1
3.1 INSTALLERS [NOT USED] 2
3.2 EXAMINATION [NOT USED] 3
3.3 PREPARATION [NOT USED] 4
3.4 INSTALLATION 5
A. General 6
1. Install in accordance with AWWA Manual of Water Supply Practice M17, 7
manufacturer’s recommendations and as shown on the Drawings. 8
2. Provide vertical installation with braces, rest and blocking in accordance with City 9
Standard Details. 10
3. Excavate and backfill trenches in accordance with 33 05 10. 11
4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 05 10. 12
a. At the location of the weep holes, wrap barrel with polyethylene encasement 13
and crushed rock with filter fabric to prevent dirt and debris from entering the 14
fire hydrant. 15
5. Polyethylene encasement installation shall be in accordance with the applicable 16
portion of Section 33 11 10. 17
6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated 18
in the Drawings. 19
7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in 20
accordance with AWWA Manual of Water Supply Practice M17, to allow drain 21
outlets to operate. 22
a. The crushed rock should extend 6 inches above the drain outlets and a 23
minimum of 1 foot on all sides of the fire hydrant base. 24
8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 25
a. Cover is measured from the invert at the fire hydrant base, vertical to ground 26
elevation. 27
b. Fittings may be used along fire lead line to ensure minimum and maximum 28
cover requirements are met. 29
3.5 REPAIR / RESTORATION [NOT USED] 30
3.6 RE-INSTALLATION [NOT USED] 31
3.7 FIELD CONTROL 32
A. Field Inspections 33
1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no 34
deformation, leaking or damage of any kind for the pressure ranges indicated. 35
2. City inspector will issue final inspection notice to City staff. 36
3. City Field Operations Staff and Fire Department Staff shall have the opportunity to 37
inspect and operate the hydrant, to ensure that the fire hydrant was installed in 38
accordance with AWWA Manual of Water Supply Practice M17. This includes but 39
is not limited to: 40
a. Operation of Nozzles and operating nut are not obstructed. 41
b. Drain valve is not obstructed or plugged 42
33 12 40 - 7
FIRE HYDRANTS
Page 7 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised January 3, 2014
4. Keep fire hydrant wrapped or covered to identify that it is out of service until the 1
water line it’s connected to is put in service. 2
B. Non-Conforming Work 3
1. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not 4
meet the criteria of the AWWA Manual of Water Supply Practice M17, the 5
Contractor will remedy the situation criteria, at the Contractor’s expense. 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 12
3.14 ATTACHMENTS 13
END OF SECTION 14
15
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
2.2.F.2.a.1).a).(2) Added paint manufacturer specification
2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread
Designations
11/27/2013 D. Townsend
Specification Modified to be in accordance with the Reduction of Lead in Drinking
Water Act (P.L. 111-380) – All material s to be lead-free in accordance with this act.
Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1
Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2
1/3/2014 D. Townsend
H.R. 3588 (P.L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in
Drinking Water Act (P.L. 111-380) requirement for fire hydrant. All previous
revisions related to “lead-free” requirement are now deleted including those revisions
made 11/27/2013, those being:
Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1
Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2
16
33 31 13 - 1
FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS
Page 1 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
SECTION 33 31 13 1
FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Fiberglass Reinforced pipe 18-inch and larger for gravity sanitary sewer 6
applications 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. Modified 1.2.A.2.a 9
2. Added 1.2.A.2.b 10
C. Related Specification Sections include, but are not necessarily limited to: 11
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 12
Contract 13
2. Division 1 – General Requirements 14
3. Section 33 01 30 – Sewer and Manhole Testing 15
4. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 16
5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 17
6. Section 33 05 26 – Utility Markers/Locators 18
7. Section 33 31 50 – Sanitary Sewer Service Connections and Service Line 19
1.2 PRICE AND PAYMENT PROCEDURES 20
A. Measurement and Payment 21
1. Measurement 22
a. Measured horizontally along the surface from center line to center line of the 23
manhole, or appurtenance 24
2. Payment 25
a. Unit Price – The work performed and materials furnished in accordance with 26
this Item and measured as provided under “Measurement” will be paid for at 27
the unit price bid per linear foot for “Fiberglass Sewer Pipe” installed for: 28
1) Various sizes 29
2) Various backfills 30
b. Lump Sum Price – The work performed and materials furnished in 31
accordance with this Item and measured as provided under 32
“Measurement” will be included in the total lump sum price. 33
3. The price bid shall include: 34
a. Furnishing and installing Fiberglass gravity pipe with joints as specified by the 35
Drawings 36
b. Mobilization 37
c. Pavement removal 38
d. Excavation 39
e. Hauling 40
33 31 13 - 2
FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS
Page 2 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
f. Disposal of excess material 1
g. Gaskets 2
h. Furnishing, placement and compaction of embedment 3
i. Furnishing, placement and compaction of backfill 4
j. Trench water stops 5
k. Clean-up 6
l. Cleaning 7
m. Testing 8
1.3 REFERENCES 9
A. Reference Standards 10
1. Reference standards cited in this Specification refer to the current reference 11
standard published at the time of the latest revision date logged at the end of this 12
Specification, unless a date is specifically cited. 13
2. ASTM International (ASTM): 14
a. D3236, Standard Test Method for Apparent Viscoscity of Hot Melt Adhesives 15
and Coating Materials. 16
b. D3262, Standard Specification for “Fiberglass” (Glass-Fiber-Reinforced 17
Thermosetting-Resin) Sewer Pipe. 18
c. D3681, Standard Test Method for Chemical Resistance of "Fiberglass" (Glass-19
Fiber-Reinforced Thermosetting-Resin) Pipe in a Deflected Condition. 20
d. D4161, Standard Specification for “Fiberglass” (Glass-Fiber-Reinforced 21
Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. 22
e. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic 23
Pipe. 24
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25
1.5 SUBMITTALS 26
A. Submittals shall be in accordance with Section 01 33 00. 27
B. All submittals shall be approved by the City prior to delivery. 28
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 29
A. Product Data 30
1. Manufacturer 31
2. Manufacturer Number (identifies factory, location, and date manufactured.) 32
3. Nominal Diameter 33
4. Beam load 34
5. Laying lengths 35
6. ASTM designation 36
B. Shop Drawings 37
1. Pipe details 38
2. Joint details 39
3. Miscellaneous items to be furnished and fabricated for the pipe 40
4. Dimensions 41
5. Tolerances 42
33 31 13 - 3
FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS
Page 3 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
6. Wall thickness 1
7. Properties and strengths 2
8. Pipe calculations 3
a. Calculations confirming the pipe will handle anticipated loading signed and 4
sealed by a Licensed Professional Engineer in Texas 5
C. Certificates 6
1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the 7
provisions of this Section and has been tested and meets the requirements of ASTM 8
D3262. 9
1.7 CLOSEOUT SUBMITTALS [NOT USED] 10
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11
1.9 QUALITY ASSURANCE 12
A. Qualifications 13
1. Manufacturers 14
a. Finished pipe shall be the product of 1 manufacturer for each size per project. 15
b. Pipe manufacturing operations shall be performed under the control of the 16
manufacturer. 17
c. All pipe furnished shall be in conformance with this specification and ASTM 18
D3262. 19
1.10 DELIVERY, STORAGE, AND HANDLING 20
A. Delivery 21
1. Provide adequate strutting during transport to prevent damage to the pipe, fittings 22
and appurtenances. 23
B. Storage and Handling Requirements 24
1. Gravity pipe shall be stored and handled in accordance with the manufacturer’s 25
guidelines. 26
2. Secure and maintain a location to store the material in accordance with 27
Section 01 66 00. 28
1.11 FIELD [SITE] CONDITIONS [NOT USED] 29
1.12 WARRANTY [NOT USED] 30
PART 2 - PRODUCTS 31
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 32
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 33
A. Manufacturers 34
1. Only the manufacturers as listed in the City’s Standard Products List will be 35
considered as shown in Section 01 60 00. 36
a. The manufacturer must comply with this Specification and related Sections. 37
33 31 13 - 4
FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS
Page 4 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
2. Any product that is not listed on the Standard Products List is considered a 1
substitution and shall be submitted in accordance with Section 01 25 00. 2
B. Performance / Design Criteria 3
1. Pipe 4
a. Design in accordance with ASTM D3262 5
b. Design pipe for service loads that include: 6
1) External groundwater and earth loads 7
2) Jacking/pushing loads 8
a) The allowable jacking/pushing capacity shall not exceed 40 percent of 9
the ultimate compressive strength or the maximum allowable 10
compressive strength recommended by the manufacturer, whichever is 11
less. 12
3) Traffic loads 13
4) Practical considerations for handling, shipping and other construction 14
operations 15
c. Design is to be conducted under the supervision of a Professional Engineer 16
licensed in the State of Texas, who shall seal and sign the design. 17
d. Standard lay length of 20 feet, except for special fittings or closure pieces 18
necessary to comply with the Drawings. 19
e. Stiffness class that satisfies design requirement on the Drawings, but not less 20
than 46 psi when used in direct bury operations. 21
f. Accommodate vertical alignment changes required because of existing utility or 22
other conflicts by an appropriate change in pipe design depth. 23
g. In no case shall pipe be installed deeper than its design allows. 24
2. Dimensional Tolerances 25
a. Inside diameter 26
1) Pipe shall not vary more than 1/8 inch from the nominal inside diameter. 27
b. Roundness 28
1) The difference between the major and minor outside diameters shall not 29
exceed 0.1 percent of the nominal outside or ¼ inch, whichever is less. 30
c. Wall thickness 31
1) Provide minimum single point thickness no less than 98 percent of stated 32
design thickness. 33
d. End Squareness 34
1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. 35
e. Fittings 36
1) Provide tolerance of angle of elbow and angle between main and leg of wye 37
or tee to ±2 degrees. 38
2) Provide tolerance of laying length of fitting to ±2 inches. 39
C. Materials 40
1. Resin Systems 41
a. Only use polyester resin system with proven history of performance in this 42
particular application. 43
2. Glass Reinforcements 44
a. Use reinforcing glass fibers of highest quality commercial grade E-glass 45
filaments with binder and sizing compatible with impregnated resins to 46
manufacture components. 47
3. Fillers 48
33 31 13 - 5
FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS
Page 5 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
a. Silica sand or other suitable materials may be used. 1
b. Use 98 percent silica with maximum moisture contest of 0.2 percent. 2
4. Additives 3
a. Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic 4
agents, etc., when used, shall not detrimentally affect the performance of the 5
product. 6
5. Internal liner resin 7
a. Suitable for service as sewer pipe 8
b. Highly resistant to exposure to sulfuric acid 9
c. Produced by biological activity from hydrogen sulfide gases 10
d. Meet or exceed requirements of ASTM D3681 11
6. Gaskets 12
a. Supply from approved gasket manufacturer in accordance with ASTM F477 13
and suitable for service intended. 14
b. Affix gaskets to pipe by means of suitable adhesive or install in a manner so as 15
to prevent gasket from rolling out of pre-cut groove in pipe or sleeve coupling. 16
c. Provide the following gaskets in potentially contaminated areas. 17
1) Petroleum (diesel, gasoline) – Viton 18
2) Other contaminants – Manufacturer recommendation 19
7. Couplings 20
a. Field connect pipe with fiberglass sleeve couplings that utilize elastomeric 21
sealing gaskets as sole means to maintain joint water tightness. 22
8. Joints 23
a. Joints must meet requirements of ASTM D4161. 24
9. Pipe markings shall meet the minimum requirements of ASTM D3236. Minimum 25
pipe markings shall be as follows: 26
a. Manufacturer 27
b. Manufacturer Number (identifies factory, location, date manufactured, shift 28
and sequence) 29
c. Nominal diameter 30
d. Beam load 31
e. Laying length 32
f. ASTM designation 33
10. Connections 34
a. Use only manufactured fittings. 35
b. See Section 33 31 50. 36
11. Detectable Metallic Tape 37
a. See Section 33 05 26. 38
2.3 ACCESSORIES [NOT USED] 39
2.4 SOURCE QUALITY CONTROL [NOT USED] 40
PART 3 - EXECUTION 41
3.1 INSTALLERS [NOT USED] 42
3.2 EXAMINATION [NOT USED] 43
33 31 13 - 6
FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS
Page 6 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
3.3 PREPARATION [NOT USED] 1
3.4 INSTALLATION 2
A. General 3
1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 4
Section 33 05 10 and in accordance with the pipe manufacturer’s recommendations. 5
2. Lay pipe to the lines and grades as indicated in the Drawings. 6
3. Excavate and backfill trenches in accordance with Section 33 05 10. 7
4. Embed pipe in accordance with Section 33 05 10. 8
5. For installation of carrier pipe within casing, see Section 33 05 24. 9
B. Pipe Handling 10
1. Haul and distribute pipe and fittings at the project site. 11
2. Handle piping with care to avoid damage. 12
a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 13
lowering into the trench. 14
b. Use only nylon ropes, slings or other lifting devices that will not damage the 15
surface of the pipe for handling pipe. 16
3. At the close of each operating day: 17
a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after 18
the laying operation. 19
b. Effectively seal the open end of the pipe using a gasketed night cap. 20
C. Pipe Joint Installation 21
a. Clean dirt and foreign material from the gasketed socket and the spigot end. 22
b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 23
end to the reference mark. 24
c. Install such that identification marking on each joint are oriented upward 25
toward the trench opening. 26
d. When making connection to manhole, use an elastomeric seal or flexible boot 27
to facilitate a seal. 28
D. Connection Installation 29
1. See Section 33 31 50. 30
E. Detectable Metallic Tape Installation 31
1. See Section 33 05 26. 32
3.5 REPAIR / RESTORATION [NOT USED] 33
3.6 RE-INSTALLATION [NOT USED] 34
3.7 FIELD [OR] SITE QUALITY CONTROL 35
A. Field Tests and Inspections 36
1. Closed Circuit Television (CCTV) Inspection 37
a. Provide a CCTV inspection in accordance with Section 33 01 31. 38
2. Air Test and Deflection (Mandrel) Test 39
a. Perform test in accordance with Section 33 01 30. 40
33 31 13 - 7
FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS
Page 7 of 7
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
3.8 SYSTEM STARTUP [NOT USED] 1
3.9 ADJUSTING [NOT USED] 2
3.10 CLEANING [NOT USED] 3
3.11 CLOSEOUT ACTIVITIES [NOT USED] 4
3.12 PROTECTION [NOT USED] 5
3.13 MAINTENANCE [NOT USED] 6
3.14 ATTACHMENTS [NOT USED] 7
END OF SECTION 8
9
Revision Log
DATE NAME SUMMARY OF CHANGE
10
33 31 70 - 1
COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS
Page 1 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
SECTION 33 31 70 1
COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. 3-inch through 8-inch Combination Air-Release and Air/Vacuum Valve Assemblies 6
(Combination Air Valves) for sanitary sewer force mains to include: 7
a. Combination air-release and air/vacuum valve 8
b. Tap to force main 9
c. Inlet piping and appurtenances 10
d. Vent piping and appurtenances 11
e. Vault enclosure and appurtenances 12
B. Deviations from this City of Fort Worth Standard Specification 13
1. Modified 1.2.A.2.a 14
2. Added 1.2.A.2.b 15
3. Deleted 2.3.2.a 16
4. Added 2.3.2.b 17
5. Deleted 2.3.3.a & b 18
6. Added 2.3.3.c 19
7. Deleted 2.3.4 - 6 20
C. Related Specification Sections include, but are not necessarily limited to: 21
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 22
Contract 23
2. Division 1 – General Requirements 24
3. Section 33 05 13 – Frame, Cover and Grade Rings 25
4. Section 33 05 14 – Adjusting Manholes, Inlets, Valve Boxes, and Other Structures 26
to Grade 27
5. Section 33 11 10 – Ductile Iron Pipe 28
6. Section 33 11 11 – Ductile Iron Fittings 29
7. Section 33 12 20 – Resilient Seated (Wedge) Gate Valve 30
8. Section 33 39 20 – Precast Concrete Manholes 31
1.2 PRICE AND PAYMENT PROCEDURES 32
A. Measurement and Payment 33
1. Measurement 34
a. Measurement for Combination Air Valves shall be per each. 35
2. Payment 36
a. Unit Price – The work performed and materials furnished in accordance with 37
this Item shall be paid for at the unit price bid per each “Sewer Air Release 38
Valve and Vault” installed for: 39
33 31 70 - 2
COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS
Page 2 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1) Various inlet sizes 1
b. Lump Sum Price - The work performed and materials furnished in 2
accordance with this Item and measured under “Measurement” will be 3
included in the total lump sum price. 4
3. The price bid shall include: 5
a. Furnishing and installing Combination Air Valves with appurtenances as 6
specified in the Drawings 7
b. Air valve vault and appurtenances 8
c. Tapping the main 9
d. Isolation valves 10
e. Fittings 11
f. Vent piping 12
g. Vent cover and/or enclosure 13
h. Vent enclosure and/or pipe bollard protection, if required 14
i. Excavation and backfill 15
1.3 REFERENCES 16
A. Definitions 17
1. Combination Air Valve: A device having the features of both an air-release valve 18
and an air/vacuum valve 19
2. Inlet: The opening at the base of the Combination Air Valve mechanism through 20
which air from the force main enters 21
3. Inlet Piping: The piping and appurtenances between the force main and the valve 22
inlet 23
4. Orifice: The opening in the Combination Air Valve mechanism through which air is 24
expelled from or admitted into the force main 25
5. Outlet: The opening at the top of Combination Air Valve mechanism, including the 26
orifice, through which air enters or exits the force main 27
6. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet 28
to its termination point outside the vault 29
B. Reference Standards 30
1. Reference standards cited in this Specification refer to the current reference 31
standard published at the time of the latest revision date logged at the end of this 32
Specification, unless a date is specifically cited. 33
2. American Iron and Steel Institute (AISI). 34
3. American National Standards Institute (ANSI)/American Water Works Association 35
(AWWA): 36
a. ANSI/AWWA C512 – Air-Release, Air/Vacuum Valves, and Combination Air 37
Valves for Waterworks Service. 38
b. AWWA Manual of Water Supply Practices M51 (AWWA Manual M51) – Air-39
Release, Air/Vacuum, and Combination Air Valves 40
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41
1.5 SUBMITTALS 42
A. Submittals shall be in accordance with Section 01 33 00. 43
B. All submittals shall be approved by the City prior to delivery. 44
33 31 70 - 3
COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS
Page 3 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1
A. Product Data 2
1. Combination Air Valves, air/vacuum valves, or combination air valves stating: 3
a. Application type 4
b. Working pressure rating 5
c. Test pressure rating 6
d. Surge pressure rating 7
e. Inlet size 8
f. Small orifice size 9
g. Large orifice size 10
h. Cleaning ports 11
2. Valve vault and appurtenances 12
3. Tapping appurtenances 13
4. Isolation valves 14
5. Fittings 15
6. Vent piping 16
7. Vent cover and/or enclosure 17
8. Vent enclosure and/or pipe bollard protection 18
1.7 CLOSEOUT SUBMITTALS [NOT USED] 19
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20
1.9 QUALITY ASSURANCE 21
A. Qualifications 22
1. Manufacturers 23
a. Combination Air Valves of the same size shall be the product of 1 24
manufacturer. 25
1.10 DELIVERY, STORAGE, AND HANDLING 26
A. Storage and Handling Requirements 27
1. Protect all parts such that no damage or deterioration will occur during a prolonged 28
delay from the time of shipment until installation is completed and the units and 29
equipment are ready for operation. 30
2. Protect all equipment and parts against any damage during a prolonged period at the 31
site. 32
3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 33
strongly built and securely bolted thereto. 34
4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 35
5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 36
extremes in temperature. 37
6. Secure and maintain a location to store the material in accordance with Section 01 38
66 00. 39
33 31 70 - 4
COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS
Page 4 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
1.11 FIELD CONDITIONS [NOT USED] 1
1.12 WARRANTY 2
A. Manufacturer Warranty 3
1. Manufacturer’s Warranty shall be in accordance with Division 1. 4
PART 2 - PRODUCTS 5
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 6
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 7
A. Manufacturers 8
1. Only the manufacturers as listed on the City’s Standard Products List will be 9
considered as shown in Section 01 60 00. 10
a. The manufacturer must comply with this Specification and related Sections. 11
2. Any product that is not listed on the Standard Products List is considered a 12
substitution and shall be submitted in accordance with Section 01 25 00. 13
3. The Combination Air Valve shall be new and the product of a manufacturer 14
regularly engaged in the manufacturing of air release/air vacuum valves having 15
similar service and size. 16
B. Performance / Design Criteria 17
1. Capacities 18
a. Application = Sanitary Sewer 19
b. Working Pressure from 10 psi to 150 psi 20
c. Test Pressure = 225 psi 21
d. Surge Pressure = 100 psi minimum, unless stated otherwise in the Contract 22
Documents 23
e. Size 24
1) Each orifice size must be sufficient to meet the requirements set forth in 25
AWWA Manual M51 and indicated on the Drawings. 26
2. Function 27
a. High volume discharge during force main filling 28
b. High volume intake through the large orifice 29
c. Pressurized air discharge 30
d. Surge Dampening/Controlled discharge rates 31
1) The valve shall have an integral surge alleviation mechanism which shall 32
operate automatically to limit transient pressure rise or shock induced by 33
closure due to high velocity air discharge or the subsequent rejoining of the 34
separated water columns. The limitation of the pressure rise shall be 35
achieved by decelerating the approaching water prior to valve closure. 36
e. Must operate effectively with the presence of solids encountered in sanitary 37
sewer 38
C. Materials 39
1. Combination Air Valve 40
a. Internal parts 41
1) Non-corroding material such as stainless steel or high density polyethylene 42
33 31 70 - 5
COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS
Page 5 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
b. Valve body 1
1) SAE 304 or SAE 316 stainless steel 2
2) Equipped with intake and discharge flanges 3
c. Inlet/Discharge orifice area 4
1) Equal to the nominal size of the valve or greater 5
2.3 ACCESSORIES 6
1. Inlet Piping 7
a. Shall be in accordance with Drawings 8
2. Isolation Valves 9
a. Gate valve (flanged) in accordance with Section 33 12 20 with: 10
1) 2-inch operating nut, non-rising stem with enclosed miter gearing for 3-11
inch and larger gate valves 12
b. Shall be in accordance with the Drawings 13
3. Vent Piping 14
a. 4-inch minimum Ductile Iron Pipe in accordance with Drawings 15
b. No galvanized piping allowed. 16
c. Shall be in accordance with the Drawings 17
4. Vent Screen 18
a. Stainless Steel (AISI 304) 19
5. Dropover Enclosure 20
a. Channell SPH-1420 thermoplastic enclosure, or approved equal 21
6. Vault 22
a. Provide a flat top, concrete manhole in accordance with Section 33 39 20. 23
b. Manhole dimensions shall be in accordance with Drawings. 24
c. Provide a 32-inch hinged cover with frame and grade ring in accordance with 25
Section 33 05 13. 26
d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 27
manufactured by Grinell, or approved equal, in accordance with the Drawings 28
2.4 SOURCE QUALITY CONTROL 29
A. Tests and Inspections 30
1. Testing and inspection of Combination Air Valves shall be in accordance with 31
AWWA C412. 32
PART 3 - EXECUTION 33
3.1 INSTALLERS [NOT USED] 34
3.2 EXAMINATION [NOT USED] 35
3.3 PREPARATION [NOT USED] 36
3.4 INSTALLATION 37
A. General 38
1. Install in accordance with manufacturer’s recommendations and as shown on the 39
Drawings. 40
33 31 70 - 6
COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS
Page 6 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 20, 2012
2. All ductile iron piping and valves above ground or within the vault interior shall be 1
painted in accordance with City requirements, unless otherwise stated in the 2
Drawings. 3
3.5 REPAIR / RESTORATION [NOT USED] 4
3.6 RE-INSTALLATION [NOT USED] 5
3.7 FIELD QUALITY CONTROL 6
A. Field Inspections 7
1. The valve shall perform as intended with no deformation, leaking or damage of any 8
kind for the pressure ranges indicated. 9
2. Before acceptance of the installed valve, the City Field Operations Staff shall have 10
the opportunity to inspect and operate the valve. 11
3. The City will assess the ease of access to the operating nut and ease of operating the 12
corporation stop. 13
4. If access and operation of the valve and its appurtenances meet the City Standard 14
Detail, then the valve will be accepted as installed. 15
5. The Combination Air Valve assembly shall be free from any leaks. 16
B. Non-Conforming Work 17
1. If access and operation of the valve or its appurtenances does not meet the City’s 18
criteria, the Contractor will remedy the situation until it meets the City’s criteria, at 19
the Contractor’s expense. 20
3.8 SYSTEM STARTUP [NOT USED] 21
3.9 ADJUSTING [NOT USED] 22
3.10 CLEANING [NOT USED] 23
3.11 CLOSEOUT ACTIVITIES [NOT USED] 24
3.12 PROTECTION [NOT USED] 25
3.13 MAINTENANCE [NOT USED] 26
3.14 ATTACHMENTS [NOT USED] 27
END OF SECTION 28
29
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson General: Modified specification to reflect materials and equipment in City Standard
Detail; Removed cast-in-place manhole references
30
33 39 10 - 1
CAST-IN-PLACE CONCRETE MANHOLE
Page 1 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 13, 2024
SECTION 33 39 10 1
CAST-IN-PLACE CONCRETE MANHOLE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Sanitary Sewer Cast-in-Place Concrete Manholes 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. Modified 1.2.A.1.b.1 8
2. Added 1.2.A.1.b.2 9
3. Modified 1.2.A.2.b.1 10
4. Added 1.2.A.2.b.2 11
5. Modified 1.2.A.3.b.1 12
6. Added 1.2.A.3.b.2 13
7. Modified 1.2.A.4.b.1 14
8. Modified 1.2.A.4.b.1.c 15
9. Added 1.2.A.4.b.2 16
C. Related Specification Sections include but are not necessarily limited to: 17
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 18
Contract 19
2. Division 1 – General Requirements 20
3. Section 03 30 00 – Cast-In-Place Concrete 21
4. Section 03 80 00 – Modifications to Existing Concrete Structures 22
5. Section 33 01 30 – Sewer and Manhole Testing 23
6. Section 33 05 13 – Frame, Cover, and Grade Rings 24
7. Section 33 39 60 – Epoxy Liners for Sanitary Sewer Structures 25
8. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 26
1.2 PRICE AND PAYMENT PROCEDURES 27
A. Measurement and Payment 28
1. Manhole 29
a. Measurement 30
1) Measurement for this Item shall be per each. 31
b. Payment 32
1) Unit Price - The work performed and the materials furnished in accordance 33
with this Item shall be paid for at the unit price bid per each “Manhole” 34
installed for: 35
a) Various sizes 36
b) Various types 37
33 39 10 - 2
CAST-IN-PLACE CONCRETE MANHOLE
Page 2 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 13, 2024
2) Lump Sum Price - The work performed and materials furnished in 1
accordance with this Item and measured under “Measurement” will be 2
included in the total lump sum price. 3
c. The price bid will include: 4
1) Manhole structure complete in place 5
2) Excavation 6
3) Forms 7
4) Concrete 8
5) Backfill (except where import CSS/CLSM is required around 9
manhole/junction box in construction drawings) 10
6) Foundation 11
7) Drop pipe 12
8) Stubs 13
9) Frame 14
10) Cover 15
11) Grade rings 16
12) Pipe connections 17
13) Pavement removal 18
14) Hauling 19
15) Disposal of excess material 20
16) Placement and compaction of backfill 21
17) Clean-up 22
2. Extra Depth Manhole 23
a. Measurement 24
1) Measurement for added depth beyond 6 feet will be per vertical foot, 25
measured to the nearest 1/10 foot. 26
b. Payment 27
1) Unit Price - The work performed and the materials furnished in accordance 28
with this Item and measured as provided under “Measurement” will be paid 29
for at the unit price bid per vertical foot for “Extra Depth Manhole” 30
specified for: 31
a) Various sizes 32
2) Lump Sum Price - The work performed and materials furnished in 33
accordance with this Item and measured under “Measurement” will be 34
included in the total lump sum price. 35
c. The price bid will include: 36
1) Manhole structure complete in place 37
2) Excavation 38
3) Forms 39
4) Reinforcing steel (if required) 40
5) Concrete 41
6) Backfill 42
7) Foundation 43
8) Drop pipe 44
9) Stubs 45
10) Frame 46
11) Cover 47
12) Grade rings 48
13) Pipe connections 49
14) Pavement removal 50
33 39 10 - 3
CAST-IN-PLACE CONCRETE MANHOLE
Page 3 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 13, 2024
15) Hauling 1
16) Disposal of excess material 2
17) Placement and compaction of backfill 3
18) Clean-up 4
3. Sanitary Sewer Junction Structure 5
a. Measurement 6
1) Measurement for this Item will be per each Sewer Junction Structure being 7
installed. 8
b. Payment 9
1) Unit Price - The work performed and materials furnished in accordance 10
with this Item and measured as provided under “Measurement” shall be 11
paid for at the lump sum bid per each “Sewer Junction Structure” location. 12
2) Lump Sum Price - The work performed and materials furnished in 13
accordance with this Item and measured under “Measurement” will be 14
included in the total lump sum price. 15
c. Price bid will include: 16
1) Junction Structure complete in place 17
2) Excavation 18
3) Forms 19
4) Reinforcing steel (if required) 20
5) Concrete 21
6) Backfill 22
7) Foundation 23
8) Drop pipe 24
9) Stubs 25
10) Frame 26
11) Cover 27
12) Grade rings 28
13) Pipe connections 29
14) Pavement removal 30
15) Hauling 31
16) Disposal of excess material 32
17) Placement and compaction of backfill 33
18) Clean-up 34
4. Imported Embedment/Backfill - CSS/CLSM 35
a. Measurement 36
1) Measured by the cubic yard as delivered to the site and recorded by truck 37
ticket provided to the City 38
b. Payment 39
1) Unit Price - Imported CSS/CLSM backfill around manholes/junction 40
boxes shall be paid when the following conditions exist: 41
a) When depths are 15 feet and greater/under existing or future pavement 42
b) When working in redevelopment areas where work is required in 43
constrained spaces 44
c) When required in the Construction Drawings 45
46
33 39 10 - 4
CAST-IN-PLACE CONCRETE MANHOLE
Page 4 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 13, 2024
The work performed and materials furnished in accordance with this Item 1
and measured as provided under “Measurement” will be paid for at the unit 2
price bid per cubic yard of “Imported Embedment/Backfill, CSS” or 3
“Imported Embedment/Backfill, CLSM” for material placed in areas 4
around manholes/junction boxes. 5
2) Lump Sum Price - The work performed and materials furnished in 6
accordance with this Item and measured under “Measurement” will be 7
included in the total lump sum price. 8
9
1.3 REFERENCES 10
A. Definitions 11
1. Manhole Type 12
a. Standard Manhole (See City Standard Details) 13
1) Greater than 4 feet deep up to 6 feet deep 14
b. Standard Drop Manhole (See City Standard Details) 15
1) Same as Standard Manhole with external drop connection (s) 16
c. Type “A” Manhole (See City Standard Details) 17
1) Manhole set on a reinforced concrete block placed around 39-inch and 18
larger sewer pipe 19
d. Shallow Manhole (See City Standard Details) 20
1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 21
than 39-inch 22
2. Manhole Size 23
a. 4 foot diameter 24
1) Used with pipe ranging from 8-inch to 15-inch 25
b. 5 foot diameter 26
1) Used with pipe ranging from 18-inch to 36-inch 27
c. See specific manhole design on Drawings for pipes larger than 36-inch. 28
B. Reference Standards 29
1. Reference standards cited in this Specification refer to the current reference 30
standard published at the time of the latest revision date logged at the end of this 31
Specification, unless a date is specifically cited. 32
2. ASTM International (ASTM): 33
a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 34
b. D4259, Standard Practice for Preparation if Concrete Abrasion Prior to Coating 35
Application. 36
c. ASTM D8530/D8530M Standard Guide for the Selection and Use of 37
Waterstops 38
3. OSHA 39
a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 40
Regulations for Construction, Subpart P - Excavations 41
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42
1.5 SUBMITTALS 43
A. Submittals shall be in accordance with Section 01 33 00. 44
B. All submittals shall be approved by the City prior to delivery. 45
33 39 10 - 5
CAST-IN-PLACE CONCRETE MANHOLE
Page 5 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 13, 2024
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1
A. Product Data 2
1. Drop connection materials 3
2. Pipe connections at manhole walls 4
3. Stubs and stub plugs 5
4. Admixtures 6
5. Concrete Mix Design 7
1.7 CLOSEOUT SUBMITTALS [NOT USED] 8
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9
1.9 QUALITY ASSURANCE [NOT USED] 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 EQUIPMENT, PRODUCT TYPES, 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 01 60 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 01 25 00. 22
B. Materials 23
1. Concrete – Conform to Section 03 30 00. 24
2. Reinforcing Steel – Conform to Section 03 21 00. 25
3. Frame and Cover – Conform to Section 33 05 13. 26
4. Grade Ring – Conform to Section 33 05 13. 27
5. Backfill – CSS/CLSM (when required in construction Drawings) – Conform to 28
Section 33 05 10. 29
6. Pipe Connections 30
a. Pipe connections can be premolded pipe adapter, flexible locked-in boot 31
adapter, or integrally cast gasket channel and gasket. 32
7. Interior Coating or Liner – Conform to Section 33 39 60, if required. 33
8. Exterior Coating 34
a. Use Coal Tar Bitumastic for below grade damp proofing. 35
b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. 36
c. Solids content is 68 percent by volume ± 2 percent. 37
33 39 10 - 6
CAST-IN-PLACE CONCRETE MANHOLE
Page 6 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 13, 2024
2.3 ACCESSORIES [NOT USED] 1
2.4 SOURCE QUALITY CONTROL [NOT USED] 2
PART 3 - EXECUTION 3
3.1 INSTALLERS [NOT USED] 4
3.2 EXAMINATION 5
A. Evaluation and Assessment 6
1. Verify lines and grades are in accordance to the Drawings. 7
3.3 PREPARATION 8
A. Foundation Preparation 9
1. Excavate 8 inches below manhole foundation. 10
2. Replace excavated soil with course aggregate, creating a stable base for the 11
manhole construction. 12
a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 13
mud slab may be substituted. 14
3.4 INSTALLATION 15
A. Manhole 16
1. Construct manhole to dimensions shown on Drawings. 17
2. Cast manhole foundation and wall monolithically. 18
a. A cold joint with water stop per ASTM D8530/D8530M is allowed when the 19
manhole depth exceeds 12 feet. 20
b. No other joints are allowed unless shown on Drawings. 21
3. Place, finish and cure concrete according to Section 03 30 00. 22
a. Manholes must cure 3 days before backfilling around structure. 23
B. Pipe connection at Manhole 24
1. Do not construct joints of sewer pipe within wall sections of manhole. 25
C. Invert 26
1. Construct invert channels to provide a smooth waterway with no disruption of flow 27
at pipe-manhole connections. 28
2. For direction changes of mains, construct channels tangent to mains with maximum 29
possible radius of curvature. 30
a. Provide curves for side inlets. 31
3. Sewer pipe may be laid through the manhole and the top ½ of the pipe removed to 32
facilitate manhole construction. 33
4. For all standard manholes provide full depth invert. 34
5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 35
inches in depth. 36
D. Drop Manhole Connection 37
33 39 10 - 7
CAST-IN-PLACE CONCRETE MANHOLE
Page 7 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 13, 2024
1. Install drop connection when sewer line enters manhole higher than 24 inches 1
above the invert. 2
E. Final Rim Elevation 3
1. Install concrete grade rings for height adjustment. 4
a. Construct grade ring on load bearing shoulder of manhole. 5
b. Use sealant between rings as shown on Drawings. 6
2. Set frame on top of manhole or grade rings using continuous water sealant. 7
3. Remove debris, stones and dirt to ensure a watertight seal. 8
4. Do not use steel shims, wood, stones or other unspecified material to obtain the 9
final surface elevation of the manhole frame. 10
F. Internal coating 11
1. Internal coating application will conform to Section 33 39 60, if required by 12
Drawings. 13
G. External coating 14
1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 15
the coating. 16
2. Cure for 3 days before backfilling around structure. 17
3. Coat the same date the forms are removed. 18
4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 19
5. Application will follow manufacturer’s recommendation. 20
H. Modifications and Pipe Penetrations 21
1. Conform to Section 03 80 00. 22
I. Junction Structures 23
1. All structures shall be installed as specified in Drawings. 24
3.5 REPAIR / RESTORATION [NOT USED] 25
3.6 RE-INSTALLATION [NOT USED] 26
3.7 FIELD QUALITY CONTROL 27
A. Field Tests and Inspections 28
1. Perform vacuum test in accordance with Section 33 01 30. 29
3.8 SYSTEM STARTUP [NOT USED] 30
3.9 ADJUSTING [NOT USED] 31
3.10 CLEANING [NOT USED] 32
3.11 CLOSEOUT ACTIVITIES [NOT USED] 33
3.12 PROTECTION [NOT USED] 34
3.13 MAINTENANCE [NOT USED] 35
3.14 ATTACHMENTS [NOT USED] 36
33 39 10 - 8
CAST-IN-PLACE CONCRETE MANHOLE
Page 8 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 13, 2024
END OF SECTION 1
2
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A.1.c. – reinforcing steel removed from items to be included in price bid
12/13/2024 M Owen
1.1 C. – Referenced 33 05 10
1.3. B. – Updated reference standards
1.2 A. – Revised to add pay item when imported CSS/SLSM is required in
Construction Drawings
2.2 B. – Referenced 33 05 10 for import CSS/CLSM material if required in
Construction Drawings
3.4 A.2.a. – Clarified ASTM reference
3
33 39 20 - 1
PRECAST CONCRETE MANHOLE
Page 1 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
SECTION 33 39 20 1
PRECAST CONCRETE MANHOLE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast 6
Concrete Manholes 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. Modified 1.2.A.1.b.1 9
2. Added 1.2.A.1.b.2 10
3. Modified 1.2.A.2.b.1 11
4. Added 1.2.A.2.b.2 12
5. Modified 1.2.A.3.b.1 13
6. Modified 1.2.A.3.b.1c 14
7. Added 1.2.A.3.b.2 15
C. Related Specification Sections include, but are not necessarily limited to: 16
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 17
Contract 18
2. Division 1 – General Requirements 19
3. Section 03 30 00 – Cast-in-Place Concrete 20
4. Section 03 80 00 – Modifications to Existing Concrete Structures 21
5. Section 33 01 30 – Sewer and Manhole Testing 22
6. Section 33 05 13 – Frame, Cover, and Grade Rings 23
7. Section 33 39 60 – Epoxy Liners for Sanitary Sewer Structures 24
8. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 25
26
1.2 PRICE AND PAYMENT PROCEDURES 27
A. Measurement and Payment 28
1. Manhole 29
a. Measurement 30
1) Measurement for this Item shall be per each concrete manhole installed. 31
b. Payment 32
1) Unit Price - The work performed and the materials furnished in accordance 33
with this Item shall be paid for at the unit price bid per each “Manhole” 34
installed for: 35
a) Various sizes 36
b) Various types 37
33 39 20 - 2
PRECAST CONCRETE MANHOLE
Page 2 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
2) Lump Sum Price - The work performed and materials furnished in 1
accordance with this Item and measured under “Measurement” will be 2
included in the total lump sum price. 3
4
c. The price bid will include: 5
1) Manhole structure complete in place 6
2) Excavation 7
3) Forms 8
4) Reinforcing steel (if required) 9
5) Concrete 10
6) Backfill (except where imported CSS/CLSM is required around manhole in 11
construction drawings) 12
7) Foundation 13
8) Drop pipe 14
9) Stubs 15
10) Frame 16
11) Cover 17
12) Grade rings 18
13) Pipe connections 19
14) Pavement removal 20
15) Hauling 21
16) Disposal of excess material 22
17) Placement and compaction of backfill 23
18) Clean-up 24
2. Extra Depth Manhole 25
a. Measurement 26
1) Measurement for added depth beyond 6 feet will be per vertical foot, 27
measured to the nearest 1/10 foot. 28
b. Payment 29
1) Unit Price - The work performed and materials furnished in accordance 30
with this Item and measured as provided under “Measurement” will be paid 31
for at the unit price bid per vertical foot for “Extra Depth Manhole” 32
specified for: 33
a) Various sizes 34
2) Lump Sum Price - The work performed and materials furnished in 35
accordance with this Item for various sizes and measured as provided 36
under “Measurement” will be included in the total lump sum price. 37
c. The price bid will include: 38
1) Manhole structure complete in place 39
2) Excavation 40
3) Forms 41
4) Reinforcing steel (if required) 42
5) Concrete 43
6) Backfill 44
7) Foundation 45
8) Drop pipe 46
9) Stubs 47
10) Frame 48
11) Cover 49
12) Grade rings 50
33 39 20 - 3
PRECAST CONCRETE MANHOLE
Page 3 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
13) Pipe connections 1
14) Pavement removal 2
15) Hauling 3
16) Disposal of excess material 4
17) Placement and compaction of backfill 5
18) Clean-up 6
3. Imported Embedment/Backfill - CSS/CLSM 7
a. Measurement 8
1) Measured by the cubic yard as delivered to the site and recorded by truck 9
ticket provided to the City 10
b. Payment 11
1) Unit Price - Imported CSS/CLSM backfill around manholes/junction 12
boxes shall be paid when the following conditions exist: 13
a) When depths are 15 feet and greater/under existing or future pavement 14
b) When working in redevelopment areas where work is required in 15
constrained spaces 16
c) When required in the Construction Drawings 17
18
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 cubic yard of “Imported Embedment/Backfill, CSS” or 21
“Imported Embedment/Backfill, CLSM” for material placed in areas 22
around manholes/junction boxes. 23
24
2) Lump Sum Price - The work performed and materials furnished in 25
accordance with this Item for various sizes and measured as provided 26
under “Measurement” will be included in the total lump sum price. 27
28
1.3 REFERENCES 29
A. Definitions 30
1. Manhole Type 31
a. Standard Manhole (See City Standard Details) 32
1) Greater than 4 feet deep up to 6 feet deep 33
b. Standard Drop Manhole (See City Standard Details) 34
1) Same as Standard Manhole with external drop connection(s) 35
c. Type “A” Manhole (See City Standard Details) 36
1) Manhole set on a reinforced concrete block placed around 39-inch and 37
larger sewer pipe. 38
d. Shallow Manhole (See City Standard Details) 39
1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 40
than 39-inch 41
2. Manhole Size 42
a. 4 foot diameter 43
1) Used with pipe ranging from 8-inch to 15-inch 44
b. 5 foot diameter 45
1) Used with pipe ranging from 18-inch to 36-inch 46
2) See specific manhole design on Drawings for pipes larger than 36-inch. 47
B. Reference Standards 48
33 39 20 - 4
PRECAST CONCRETE MANHOLE
Page 4 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
1. Reference standards cited in this Specification refer to the current reference 1
standard published at the time of the latest revision date logged at the end of this 2
Specification, unless a date is specifically cited. 3
2. ASTM International (ASTM): 4
a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using 5
Rubber Gaskets 6
b. C478, Standard Specification for Precast Reinforced Concrete Manhole 7
Sections. 8
c. C923, Standard Specification for Resilient Connectors Between Reinforced 9
Concrete Manholes Structures, Pipes, and Laterals. 10
d. D1187, Standard Specification for Asphalt-Base Emulsion for Use as Protective 11
Coatings for Metal 12
e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective 13
Coating for Roofing 14
3. OSHA 15
a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 16
Regulations for Construction, Subpart P - Excavations 17
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18
1.5 SUBMITTALS 19
A. Submittals shall be in accordance with Section 01 33 00. 20
B. All submittals shall be approved by the City prior to delivery. 21
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22
A. Product Data 23
1. Precast Concrete Manhole 24
2. Drop connection materials 25
3. Pipe connections at manhole walls 26
4. Stubs and stub plugs 27
5. Admixtures 28
6. Concrete Mix Design 29
1.7 CLOSEOUT SUBMITTALS [NOT USED] 30
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31
1.9 QUALITY ASSURANCE [NOT USED] 32
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33
1.11 FIELD [SITE] CONDITIONS [NOT USED] 34
1.12 WARRANTY 35
A. Manufacturer Warranty 36
1. Manufacturer’s Warranty shall be in accordance with Division 1. 37
33 39 20 - 5
PRECAST CONCRETE MANHOLE
Page 5 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
PART 2 - PRODUCTS 1
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 3
A. Manufacturers 4
1. Only the manufacturers as listed on the City’s Standard Products List will be 5
considered as shown in Section 01 60 00. 6
a. The manufacturer must comply with this Specification and related Sections. 7
2. Any product that is not listed on the Standard Products List is considered a 8
substitution and shall be submitted in accordance with Section 01 25 00. 9
B. Materials 10
1. Precast Reinforced Concrete Sections – Conform to ASTM C478. 11
2. Precast Joints 12
a. Provide gasketed joints in accordance with ASTM C443. 13
b. Minimize number of segments. 14
c. Use long joints at the bottom and shorter joints toward the top. 15
d. Include manufacturer’s stamp on each section. 16
3. Lifting Devices 17
a. Manhole sections and cones may be furnished with lift lugs or lift holes. 18
1) If lift lugs are provided, place 180 degrees apart. 19
2) If lift holes are provided, place 180 degrees apart and grout during manhole 20
installation. 21
4. Frame and Cover – Conform to Section 33 05 13. 22
5. Backfill – CSS/CLSM (when required in construction Drawings) – Conform to 23
Section 33 05 10. 24
6. Grade Ring – Conform to Section 33 05 13 and ASTM C478. 25
7. Pipe Connections 26
a. Utilize either an integrally cast embedded pipe connector or a boot-type 27
connector installed in a circular block out opening conforming to ASTM C923. 28
8. Steps 29
a. No steps are allowed. 30
9. Interior Coating or Liner – Conform to Section 33 39 60. 31
10. Exterior Coating 32
a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 33
Type I and ASTM D1227 Type III Class I. 34
2.3 ACCESSORIES [NOT USED] 35
2.4 SOURCE QUALITY CONTROL [NOT USED] 36
33 39 20 - 6
PRECAST CONCRETE MANHOLE
Page 6 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
PART 3 - EXECUTION 1
3.1 INSTALLERS [NOT USED] 2
3.2 EXAMINATION 3
A. Evaluation and Assessment 4
1. Verify lines and grades are in accordance to the Drawings. 5
3.3 PREPARATION 6
A. Foundation Preparation 7
1. Excavate 8 inches below manhole foundation. 8
2. Replace excavated soil with coarse aggregate; creating a stable base for manhole 9
construction. 10
a. If soil conditions or ground water prevent use of coarse aggregate base a 2-inch 11
mud slab may be substituted. 12
3.4 INSTALLATION 13
A. Manhole 14
1. Construct manhole to dimensions shown on Drawings. 15
2. Precast Sections 16
a. Provide bell-and-spigot design incorporating a premolded joint sealing 17
compound for wastewater use. 18
b. Clean bell spigot and gaskets, lubricate and join. 19
c. Minimize number of segments. 20
d. Use long joints used at the bottom and shorter joints toward the top. 21
B. Invert 22
1. Construct invert channels to provide a smooth waterway with no disruption of flow 23
at pipe-manhole connections. 24
2. For direction changes of mains, construct channels tangent to mains with maximum 25
possible radius of curvature. 26
a. Provide curves for side inlets. 27
3. For all standard manholes provide full depth invert. 28
4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 29
inches in depth. 30
C. Drop Manhole Connection 31
1. Install drop connection when sewer line enters manhole higher than 24 inches 32
above the invert. 33
D. Final Rim Elevation 34
1. Install concrete grade rings for height adjustment. 35
a. Construct grade ring on load bearing shoulder of manhole. 36
b. Use sealant between rings as shown on Drawings. 37
2. Set frame on top of manhole or grade rings using continuous water sealant. 38
3. Remove debris, stones and dirt to ensure a watertight seal. 39
33 39 20 - 7
PRECAST CONCRETE MANHOLE
Page 7 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
4. Do not use steel shims, wood, stones or other unspecified material to obtain the 1
final surface elevation of the manhole frame. 2
E. Internal coating 3
1. Internal coating application will conform to Section 33 39 60, if required by 4
Drawings. 5
F. External coating 6
1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 7
the coating. 8
2. Cure manhole for 3 days before backfilling around the structure. 9
3. Application will follow manufacturer’s recommendation. 10
G. Modifications and Pipe Penetrations 11
1. Conform to Section 03 80 00. 12
3.5 REPAIR / RESTORATION [NOT USED] 13
3.6 RE-INSTALLATION [NOT USED] 14
3.7 FIELD QUALITY CONTROL 15
A. Field Tests and Inspections 16
1. Perform vacuum test in accordance with Section 33 01 30. 17
3.8 SYSTEM STARTUP [NOT USED] 18
3.9 ADJUSTING [NOT USED] 19
3.10 CLEANING [NOT USED] 20
3.11 CLOSEOUT ACTIVITIES [NOT USED] 21
3.12 PROTECTION [NOT USED] 22
3.13 MAINTENANCE [NOT USED] 23
3.14 ATTACHMENTS [NOT USED] 24
END OF SECTION 25
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
1.1.A.1 – Modified to include precast manholes for water and reclaimed water
applications
1.3.B.2 – Modified to include ASTM C443, D1187 and D1227 as references
2.2.B.1-3 – Modified in accordance with new ASTM references
2.2.B.10 – Modified in accordance with new ASTM references
12/13/2024 M Owen
1.1 C. – Referenced 33 05 10
1.2 A. Revised to add pay item when imported CSS/LSM is required in Construction
Drawings
1.3 B. – Updated reference standards
2.2 B. – Referenced 33 05 10 for import CSS/CLSM material if required in
33 39 20 - 8
PRECAST CONCRETE MANHOLE
Page 8 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised December 13, 2024
Construction Drawings
3.3 A. 2. – Corrected typo - coarse
1
33 39 21 - 1
POLYMER CONCRETE MANHOLES
Page 1 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 33 39 21 1
POLYMER CONCRETE MANHOLES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes 5
1. Acid resistant polymer manholes intended for use in sanitary sewers, storm sewers 6
and water lines, where corrosion resistance is required. 7
B. Related Specification Sections include but are not necessarily limited to 8
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 9
Contract. 10
2. Division 1 - General Requirements. 11
3. Section 03 34 13 – Controlled Low Strength Material (CLSM). 12
4. Section 03 80 00 – Modifications to Existing Concrete Structures. 13
5. Section 33 01 30 – Sewer and Manhole Testing. 14
6. Section 33 05 10 – Utility Trench Excavation, Embedment, and Backfill. 15
7. Section 33 05 13 – Frame, Cover, and Grade Rings. 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Manhole 19
a. Measurement 20
1) Measurement for this Item shall be per each Concrete Polymer Manhole 21
b. Payment 22
1) Unit Price - The work performed and the materials furnished in accordance 23
with this Item shall be paid for at the unit price bid per each “Manhole” or 24
“Drop Manhole” installed for: 25
a) Various sizes 26
2) Lump Sum Price - The work performed and materials furnished in 27
accordance with this Item and measured under “Measurement” will be 28
included in the total lump sum price. 29
c. The price bid will include: 30
1) Furnishing and installing manhole structure as specified by the Drawings 31
2) Excavation 32
3) Forms 33
4) Cast-in-Place footing (if required) 34
5) Reinforcing steel or fiberglass bars 35
6) Concrete 36
7) Backfill 37
8) Foundation 38
9) Drop pipe (if required) 39
10) Vent Piping (if required) 40
11) Stubs 41
12) Frame 42
33 39 21 - 2
POLYMER CONCRETE MANHOLES
Page 2 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
13) Cover 1
14) Grade rings 2
15) Pipe connections 3
16) Pavement removal 4
17) Hauling 5
18) Disposal of excess material 6
19) Placement and compaction of backfill 7
20) Clean-up 8
2. Extra Depth Manhole 9
a. Measurement 10
1) Measured per each vertical foot of manhole depth beyond 6 feet from rim 11
to flow line, measured to the nearest foot. 12
b. Payment 13
1) The work performed and materials furnished in accordance with this item 14
and measured as provided under “Measurement” will be paid for at the unit 15
price bid per each “Extra Depth Manhole” installed for: 16
a) Various sizes. 17
c. The price bid shall include: 18
1) Furnishing and installing extra depth manhole structure as specified by the 19
Drawings 20
2) Excavation 21
3) Forms 22
4) Reinforcing steel or fiberglass bars 23
5) Concrete 24
6) Foundation 25
7) Drop pipe, if required 26
8) Pipe stubs 27
9) Interior lining 28
10) Frame 29
11) Cover 30
12) Grade rings 31
13) Pipe connections 32
14) Pavement removal 33
15) Hauling 34
16) Disposal of excess material 35
17) Furnishing, placement, and compaction of backfill 36
18) Clean-up 37
1.3 REFERENCES 38
A. Abbreviations and Acronyms 39
B. Definitions 40
1. Manhole Type 41
a. Standard Manhole 42
1) Up to 6 feet deep (from rim to flowline). 43
b. Standard Drop Manhole 44
1) Same as Standard Manhole with external drop connection(s). 45
c. Extra Depth Manhole 46
1) Additional manhole depth in excess of 6 feet (from rim to flowline). 47
C. Reference Standards 48
33 39 21 - 3
POLYMER CONCRETE MANHOLES
Page 3 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. Reference standards cited in this Section refer to the current reference standard 1
published at the time of the latest revision date logged at the end of this Section 2
unless a date is specifically cited. 3
2. American Society for Testing and Measurement (ASTM): 4
a. C443 – Standard Specification for Joint for Concrete Pipe and Manholes, Using 5
Rubber Gaskets. 6
b. C478 – Standard Specification for Precast Reinforced Concrete Manhole 7
Sections. 8
c. C497 – Test Methods for Concrete Pipe, Manhole Sections, or Tile. 9
d. C857 – Standard Practice for Minimum Structural Design Loading for 10
Underground Utility Structures. 11
e. C923 – Standard Specification for Resilient Connectors Between Reinforced 12
Concrete Manholes Structures, Pipes, and Laterals. 13
f. C990 – Standard Specification for Joints for Concrete Pipe, Manholes and 14
Precast Box Sections using Preformed Flexible Joint Sealants. 15
g. D648 – Test Method for Deflection Temperature of Plastics Under Flexural 16
Load in Edgewise Position. 17
h. D1187 – Standard Specification for Asphalt-Base Emulsion for Use as 18
Protective Coatings for Metal. 19
i. D1227 – Standard Specification for Emulsified Asphalt Used as a Protective 20
Coating for Roofing. 21
j. D2584 – Test Method for Ignition Loss of Cured Reinforced Resins. 22
k. D6783 – Standard Specification for Polymer Concrete Pipe. 23
D. AASHTO LRFD Bridge Design Specifications 24
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25
1.5 SUBMITTALS 26
A. Submittals shall be in accordance with Section 01 33 00. 27
B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 28
specials. 29
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 30
A. Product Data 31
1. Frames, grates, rings and covers 32
2. Materials to be used in fabricating drop connections 33
3. Materials to be used for pipe connections at manhole walls 34
4. Materials to be used for stubs and stub plugs, if required 35
5. Proof of current (within the last 3-months) independent Chemical Resistance testing 36
conducted in accordance with the Standard Specifications for Public Work 37
Construction (California Greenbook) Section 211-2 or equal. Reactive material 38
shall not exceed 5%. 39
B. Shop Drawings 40
1. Shop drawings of manhole sections, base units and construction details, jointing 41
methods, materials and dimensions 42
33 39 21 - 4
POLYMER CONCRETE MANHOLES
Page 4 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. Summary of criteria used in manhole design including, as minimum, material 1
properties, loadings, load combinations, and dimensions assumed. Include 2
certification from manufacturer that acid resistant polymer manhole design meets or 3
exceeds the load and strength requirements of ASTM C 478 and ASTM C 857 4
3. Shop Drawings shall be sealed by a Professional Engineer registered in the State of 5
Texas. 6
1.7 CLOSEOUT SUBMITTALS [NOT USED] 7
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8
1.9 QUALITY ASSURANCE [NOT USED] 9
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10
1.11 FIELD [SITE] CONDITIONS [NOT USED] 11
1.12 WARRANTY 12
A. Manufacturer Warranty 13
1. Manufacturer’s Warranty shall be in accordance with Division 1. 14
PART 2 - PRODUCTS 15
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 16
2.2 MATERIALS 17
A. Manufacturers 18
1. Manufacturer List 19
a. Armorock 20
b. U.S. Composite Pipe, Inc. 21
c. No other manufacturers shall be permitted. 22
B. Materials 23
1. Provide acid resistant polymer manhole sections, base sections and related 24
components conforming to ASTM C 478. ASTM C 478 material and 25
manufacturing is allowed compositional and dimensional differences required by a 26
polymer product. 27
2. Precast Joints 28
a. Provide gaskets in accordance with ASTM C443. 29
b. Provide external joint wrap – Infi-Shield Gator Wrap 30
c. Minimize number of joints. 31
d. Joint length to increase with manhole depth. 32
1) For example, use long joints at the bottom of manhole and shorter joints 33
toward the top. 34
e. Include manufacturer’s stamp on each section. 35
3. Lifting Devices 36
a. Manhole sections and cones may be furnished with lift lugs or lift holes. 37
1) If lift lugs are provided, place 180 degrees apart. 38
2) If lift holes are provided, place 180 degrees apart and grout during manhole 39
installation. 40
33 39 21 - 5
POLYMER CONCRETE MANHOLES
Page 5 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
4. Frame, cover, and grade rings in accordance with Section 33 05 13. 1
5. Pipe Connections 2
a. Utilize an elastomeric PVC or rubber boot-type connector installed in a circular 3
block out opening conforming to ASTM C923. 4
6. Drop piping shall be the same material as sanitary sewer main. 5
7. Steps are not allowed. 6
C. General 7
1. Provide base riser section with integral floors, unless shown otherwise. 8
2. Provide riser sections joined with bell and spigot / ship-lap design seamed with 9
butyl mastic and/or rubber gaskets (ASTM C 990) so that on assembly, manhole 10
base, riser and top section make a continuous and uniform manhole structure. 11
3. Construct riser sections for polymer manholes from standard polymer manhole 12
sections of the diameter indicated on drawings. 13
4. Design wall sections for depth and loading conditions with wall thickness as 14
required by polymer manufacturer. 15
5. Provide tops to support HL-93 vehicle loading and receiving cast iron frame covers, 16
as indicated on drawings. 17
6. Where polymer transition slabs are required provide precast base sections with flat 18
polymer slab top sections used to transition to 48-inch diameter manhole access 19
riser sections. Transition shall be concentric unless otherwise shown on the 20
Drawings. Locate transition to provide minimum of 7-foot head clearance from 21
base to underside of transition unless otherwise approved by City. 22
D. Design Criteria 23
1. Manhole risers, transition slabs, conical tops, grade rings and manhole base sections 24
shall be designed, by manufacturer, to meet the intent of ASTM C 478 with 25
allowable compositional and sizing differences required by a polymer product. 26
a. AASHTO LRFD HL-93 design live loading applied to manhole cover and 27
transition and base slabs. 28
b. Polymer manholes will be designed based upon live and dead load criteria in 29
ASTM C 857. 30
c. Unit soil weight of 120 pcf located above portions of manhole, including base 31
slab projections. 32
d. Internal liquid pressure based on unit weight of 63 pcf. 33
e. Dead load of manhole sections fully supported by transition and base slabs. 34
2. Manhole risers, transition slabs, conical tops, grade rings and manhole base sections 35
shall be designed, by manufacture, to requirements of ASTM C 478 and ASTM C 36
857 as modified to accept polymer construction in lieu of concrete as follows: 37
a. Polymer Mixture - the mixture shall consist solely of thermosetting resin sand 38
and aggregate. No cementitious materials shall be allowed as part of the mix 39
design matrix. All sand and aggregate shall be nonreactive in an acid 40
environment. 41
b. Required wall thickness for all members will be that stated by polymer manhole 42
manufacturer based upon loading conditions and material properties. The wall 43
thickness of risers and conical tops shall be not less than that prescribed by the 44
manufacturer’s design by more than 5%. A wall greater than the prescribed 45
design shall not be cause for rejection. 46
33 39 21 - 6
POLYMER CONCRETE MANHOLES
Page 6 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
c. Thermosetting Resin - The resin shall have a minimum of deflection 1
temperature of 158°F when tested at 264 psi (1.820 mPa) following Test 2
Method D 648. The resin content shall not be less than 7% of the weight of the 3
sample as determined by test method D 2584. Resin selection shall be suitable 4
for applications in the corrosive conditions to which the structures will be 5
exposed. 6
d. Each manhole component shall be free of all defects, including indentations, 7
cracks, foreign inclusions and resin starved areas that, due to their nature and 8
degree or extent, detrimentally affect the strength and serviceability of the 9
component part. The internal diameter of manhole components shall not vary 10
more than 1%. Variations in height of two opposite sides of risers and conical 11
tops shall not be more the 5/8 inch. The under run in height of a riser or conical 12
top shall not be more than 1/4in./ft of height with a maximum of ½ inch in any 13
one section. 14
e. Marketing and Identification - Each manhole shall be marked on the inside and 15
outside with the following information - Manufacturer’s name or trademark, 16
Manufacturer’s location and Production Date. 17
f. Manhole joints shall be assembled with a bell/spigot or shiplap butyl mastic 18
joint so that on assembly, manhole base, riser and top section make a 19
continuous and uniform manhole. Joint sealing surfaces shall be free of dents, 20
gouges and other surface irregularities that would affect joint integrity. 21
g. Minimum clear distance between two wall penetrations shall be a minimum of 22
6” on 48” to 72” diameter manholes and a minimum of 8” on larger diameter 23
manholes. A clearance of 3” is required between wall penetration and joint. 24
h. Construct invert channels to provide smooth flow transition waterway with no 25
disruption of flow at pipe-manhole connections. Invert slope through manhole 26
is as indicated on drawings. Provide curves for side inlets and smooth invert 27
fillets for flow transition between pipe inverts. Polymer bench and channel are 28
to be constructed with all resin aggregate material – no alternative fill material 29
is allowed. Extended base footer requirements for buoyancy concerns can be 30
addressed with cementitious concrete material. 31
i. Provide resilient connectors conforming to requirements of ASTM C 923 or as 32
a required by owner. All connectors are to be water tight. Install approved 33
resilient connectors at each pipe entering and exiting manholes in accordance 34
with manufacturer’s instructions. 35
j. Steel reinforcement shall be coated for acid resistance. Designs using non-streel 36
reinforcement are allowed. 37
k. Exceptions to ASTM C 478- components shall be designed for the intended 38
combinations of manufacturing materials. Component designs may be as non-39
reinforced members or reinforced members as recommended by the 40
manufacturer. Steel reinforcement is not required for circumferential 41
reinforcement, joint reinforcement, base slab reinforcement or hoop 42
reinforcement, but may be placed for the purpose of product handling. 43
2.3 ACCESSORIES 44
A. All materials needed for grouting and patching will be a polyester mortar compound 45
provided by the manufacturer or an approved equivalent by the manufacture. 46
33 39 21 - 7
POLYMER CONCRETE MANHOLES
Page 7 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2.4 SOURCE QUALITY CONTROL 1
A. Facility Quality Control should be maintained by adhering to ISO 9001 for 2
manufacturing. All fabricators will be ISO 9001Certifiied. All fabrication will take 3
place in an all polymer concrete fabrication facility. At no time will the polymer 4
concrete fabrication facility share the facility with a cementitious precast product 5
production facility. 6
PART 3 - EXECUTION 7
3.1 INSTALLERS [NOT USED] 8
3.2 EXAMINATION 9
A. Evaluation and Assessment 10
1. Verify lines and grades are in accordance with the Drawings. 11
3.3 PREPARATION 12
A. Foundation Preparation 13
1. Excavate below manhole foundation in accordance with manufacturer’s 14
recommendations, but at 12-inches at a minimum. 15
2. Replace excavated soil with course aggregate; creating a stable base for manhole 16
construction. 17
a. If soil conditions or ground water prevent use of course aggregate base a 4-inch 18
mud slab may be substituted. 19
3.4 INSTALLATION 20
A. Manhole 21
1. Construct manhole to dimensions specified in the Drawings. 22
2. Precast Sections 23
a. Provide bell-and-spigot design incorporating a premolded joint sealing 24
compound for wastewater use. 25
1) Install Infi-Shield External Gator Wrap on the exterior of all precast joints. 26
b. Clean bell spigot and gaskets, lubricate, and join. 27
c. Minimize number of segments. 28
d. Increase joint length with manhole depth. 29
B. Invert 30
1. Construct invert channels to provide a smooth waterway with no disruption of flow 31
at pipe-manhole connections. 32
2. For direction changes of mains, construct channels tangent to mains with maximum 33
possible radius of curvature. 34
a. Provide curves for side inlets. 35
3. Provide invert depth to spring line of pipe, and taper manhole bench to top of 36
largest pipe at manhole wall in accordance with the Drawings. 37
C. Drop Manhole Connection 38
33 39 21 - 8
POLYMER CONCRETE MANHOLES
Page 8 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. Install drop connection when sewer lines enter manholes with 24-inches or more 1
above the manhole invert and in accordance with the Drawings and City Standard 2
Details. 3
2. Embed drop piping with cement stabilized sand (CSS) or controlled low strength 4
material (CLSM) in accordance with Sections 33 05 10 or 03 34 13, respectively. 5
D. Final Rim Elevation 6
1. Grade Rings 7
a. New structures should be constructed so the total height of grade rings is as 8
close to 6-inches as practical to allow for future adjustments to no more than 9
12-inches of grade rings. 10
b. Install grade rings on a load bearing shoulder of manhole. 11
c. Install joint sealant for grade rings in accordance with Section 33 05 13. 12
1) Remove all debris, stones, and dirt between all grade rings to ensure a 13
watertight seal. 14
d. Install Infi-Shield External Gator Wrap on the exterior of all grade rings in 15
accordance with Section 33 05 13. 16
2. Frame and Cover 17
a. Install joint sealant between frame and manhole or grade rings in accordance 18
with Section 33 05 81. 19
1) Remove all debris, stones, and dirt between frame and manhole or grade 20
rings to ensure a watertight seal. 21
E. Modifications and Pipe Penetrations 22
1. Conform to Section 03 80 00. 23
3.5 REPAIR / RESTORATION [NOT USED] 24
3.6 RE-INSTALLATION [NOT USED] 25
3.7 FIELD QUALITY CONTROL [NOT USED] 26
A. Site Tests and Inspections 27
1. Perform manhole vacuum testing in accordance with Section 33 01 30. 28
3.8 SYSTEM STARTUP [NOT USED] 29
3.9 ADJUSTING [NOT USED] 30
3.10 CLEANING [NOT USED] 31
3.11 CLOSEOUT ACTIVITIES [NOT USED] 32
3.12 PROTECTION [NOT USED] 33
3.13 MAINTENANCE [NOT USED] 34
3.14 ATTACHMENTS [NOT USED] 35
END OF SECTION 36
33 39 60 - 1
LINERS FOR SANITARY SEWER STRUCTURES
Page 1 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
SECTION 33 39 60 1
LINERS FOR SANITARY SEWER STRUCTURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Application of a high-build epoxy coating system (or modified polymer liner 6
system, i.e. SpectraShield) to concrete utility structures such as manholes, lift 7
station wet wells, junction boxes or other concrete facilities that may need 8
protection from corrosive materials. This covers rehabilitation of existing sanitary 9
sewer structures and newly installed sanitary sewer structures. 10
2. For sanitary sewer mains 8-inch diameter and larger, use of a structural liner 11
system, Warren Environmental System 301, ARC S1HB by A.W. Chesterton 12
Company, is acceptable. 13
3. For sanitary sewer mains 8-inch diameter and smaller, and less than 6-feet in depth, 14
use of a liner system, SpectraShield, is acceptable. 15
B. Deviations from this City of Fort Worth Standard Specification 16
1. Modified 1.2.A.1.b.1) 17
2. Added 1.2.A.1.b.2) 18
3. Modified 1.2.A.2 19
4. Modified 1.2.A.2.b.1) 20
5. Added 1.2.A.2.b.2) 21
6. Added 1.2.A.3 22
C. Related Specification Sections include but are not necessarily limited to: 23
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 24
Contract 25
2. Division 1 – General Requirements 26
3. Section 33 01 30 – Sewer and Manhole Testing 27
1.2 PRICE AND PAYMENT PROCEDURES 28
A. Measurement and Payment 29
1. Manholes 30
a. Measurement 31
33 39 60 - 2
LINERS FOR SANITARY SEWER STRUCTURES
Page 2 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
1) Measurement for this Item shall be per vertical foot of coating as measured 1
from 2-inches below the bottom of the removable cover (not frame) to the 2
top of the bench. This includes lining of all exposed concrete, the bench 3
and invert, thru the use of flow control devices (i.e. temporary plugs, 4
sand bags), to temporarily block flow. However, as a last resort and 5
with prior written approval from Water Field Operations, if the flow 6
cannot be blocked temporarily, then the lining would stop 3-inches 7
from the edge of the water in the pipe. This item covers the total vertical 8
footage for the specific bid items of various manhole sizes (i.e. 4 foot 9
diameter, 5 foot diameter, Specific Manhole Designs for lines larger than 10
36-inch, etc.) and specific types (Standard Manhole, Drop Manhole, Type 11
“A” Manhole, Shallow Manhole, including additional depth beyond 6 foot). 12
b. Payment 13
1) Unit Price – The work performed, and materials furnished in accordance 14
with this Item and measured as provided under “Measurement” will be paid 15
for at the unit price bid per vertical foot of “Manhole Liner” applied. 16
2) Lump Sum Price - The work performed and materials furnished in 17
accordance with this Item and measured under “Measurement” will be 18
included in the total lump sum price. 19
c. The price bid shall include: 20
1) Removal of roots 21
2) Removal of existing coatings 22
3) Eliminating any leaks 23
4) Removal of steps 24
5) Repair/seal connection of the existing frame to chimney 25
6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, 26
bench, including any replacement of damaged rebar, pipe 27
7) Surface cleaning 28
8) Furnishing and installing Liner as specified by the Drawings 29
9) Hauling 30
10) Disposal of excess material 31
11) Site Clean-up 32
12) Manhole and Invert Cleaning 33
13) Testing 34
14) Re-Testing 35
2. Non-Manhole Structures (Excluding Wetwells) 36
a. Measurement 37
1) Measurement for this Item shall be per square foot of area where the 38
coating is applied. 39
b. Payment 40
1) Unit Price – The work performed, and materials furnished in accordance 41
with this Item and measured as provided under “Measurement” shall be 42
paid for at the unit price bid per square foot of “Structure Liner” applied. 43
2) Lump Sum Price - The work performed and materials furnished in 44
accordance with this Item and measured under “Measurement” will be 45
included in the total lump sum price. 46
c. The price bid shall include: 47
1) Removal of roots 48
2) Removal of existing coatings 49
3) Eliminating any leaks 50
33 39 60 - 3
LINERS FOR SANITARY SEWER STRUCTURES
Page 3 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
4) Removal of steps 1
5) Repair/seal connection of the existing frame to chimney 2
6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, 3
bench, including any replacement of damaged rebar, pipe 4
7) Surface cleaning 5
8) Furnishing and installing Liner as specified by the Drawings 6
9) Hauling 7
10) Disposal of excess material 8
11) Site Clean-up 9
12) Manhole and Invert Cleaning 10
13) Testing 11
14) Re-Testing 12
3. Cast-in-Place Concrete Wetwells 13
a. Measurement and Payment 14
1) Measurement for this Item shall be subsidiary to the lump sum price 15
for the lift station wetwell. 16
b. The price bid shall include: 17
1) Surface preparation 18
2) Furnishing and installing Liner as specified by the Drawings 19
3) Hauling 20
4) Disposal of excess material 21
5) Site Clean-up 22
6) Manhole and Invert Cleaning 23
7) Testing 24
8) Re-Testing 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. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 32
Reagents. 33
b. D638, Standard Test Method for Tensile Properties of Plastics. 34
c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 35
d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 36
Reinforced Plastics and Electrical Insulating Materials. 37
e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 38
the Taber Abraser. 39
f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 40
Gages. 41
g. D7234, Stand Test Method for Pull-Off Adhesion strength of Coatings on 42
Concrete Using Portable Pull-Off Adhesion Testers. 43
3. Environmental Protection Agency (EPA). 44
4. NACE International (NACE). Published standards from the National 45
Association of Corrosion Engineers 46
33 39 60 - 4
LINERS FOR SANITARY SEWER STRUCTURES
Page 4 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
5. Occupational Safety and Health Administration (OSHA). Employ a trench 1
safety system in accordance with Section 2
6. Resource Conservation and Recovery Act, (RCRA). 3
7. The Society for Protective Coatings/NACE International (SSPC/NACE): 4
a. SP 13/NACE No. 6, Surface Preparation of Concrete. This includes 5
monitoring for hydrogen sulfide, methane, or low oxygen. Also includes 6
flow control equipment. Surface preparation equipment may include high 7
pressure water cleaning (3500 psi) and shall be suited to provide a surface 8
compatible for installation of the liner system. Surface preparation shall 9
produce a clean, abraded, and sound surface, with no evidence of loose 10
concrete, loose brick, loose mortar, oil, grease, rust, scale, other 11
contaminants or debris, and shall display a surface profile suitable for 12
application of the liner system. 13
b. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on 14
Conductive Substrates 15
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16
1.5 SUBMITTALS 17
A. Submittals shall be in accordance with Section 01 33 00. 18
B. All submittals shall be approved by the City prior to delivery. 19
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 20
A. Product Data 21
1. Technical data sheet on each product used 22
2. Material Safety Data Sheet (MSDS) for each product used 23
3. Copies of independent testing performed on the coating product indicating the 24
product meets the requirements as specified herein 25
4. Technical data sheet and project specific data for repair materials to be topcoated 26
with the coating product including application, cure time and surface preparation 27
procedures 28
5. Material and method for repair of leaks or cracks in the structure. This 29
applies to repair work on both existing structures, manholes and new installed 30
manholes (including Developer projects) that have been identified with cracks, 31
voids, signs of infiltration, other structural defects or other related 32
construction damage. 33
B. Contractor Data 34
1. Current documentation from coating product manufacturer certifying Contractor’s 35
training (and/or licensed) as an approved installer and equipment complies with the 36
Quality Assurance requirements specified herein 37
33 39 60 - 5
LINERS FOR SANITARY SEWER STRUCTURES
Page 5 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
2. 5 recent references of Contractor indicating successful application of coating 1
product(s) of the same material type as specified herein, applied by spray 2
application within the municipal wastewater environment. References shall include 3
at least the following: owner name, City inspector name and phone number, project 4
name/number, size and linear footage of sanitary sewer main, manhole diameter, 5
structure dimensions and number of each, square feet (or vertical feet) of product 6
installed, contract cost, and contract duration. Contractor must demonstrate a 7
successful history of installing the product in structures of similar size and scope 8
and update this each time the contractor applies for and renews its Prequalification 9
for the Water Department. 10
3. For Developer Projects – at the time of Contractor selection, the 11
Prequalification Statement, Section 00 45 12 shall be submitted to the City, 12
clearly indicating the contractor prequalified for installation of 13
structure/manhole liner. No other bid submittals shall be accepted that 14
include lining contractors whose prequalification term has expired or is not on 15
the active contractor list at the time of Contractor selection. If the submitted 16
forms for this project not acceptable, the City will refer to the current active 17
contractor prequalification list, and the Contractor shall select the appropriate 18
manhole lining subcontractor based on the project scope of work. The 19
Contractor shall then provide the revised Prequalification Statement Section 20
00 45 12 for review and acceptance. 21
4. This Specification (along with the CCTV Specification) and the associated 22
submittals including the work plan, QA/QC, testing, closeout documents, etc. 23
shall be discussed as part of the Pre-Construction Agenda for each project 24
(Developer projects included). 25
5. For any project, Developer projects included - If the Contractor proceeds with 26
application of an unapproved lining product and/or using an unqualified 27
subcontractor for lining, the City shall recommend either repair and/or 28
removal of any defective lining material and have the Contractor select an 29
approved subcontractor that can apply the approved lining materials. This 30
work shall be at no additional cost to the City. 31
33 39 60 - 6
LINERS FOR SANITARY SEWER STRUCTURES
Page 6 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
6. Schedule and Sequence of Construction – Considering this is a specialized 1
installation performed by only certified applicators, the schedule for this work 2
has a lead time that shall be included in the Contractor’s schedule. If the 3
Contractor does not provide written notification and/or fails to schedule the 4
subcontractor in advance, the City shall not be responsible for any additional 5
costs and/or delays caused by the Contractor. Contractor shall provide the 6
updated construction schedule and work plan (including manhole preparation, 7
repairs, lining, testing, etc.) in accordance with Section 01 32 16 at least 1 week 8
prior to start of lining activities to the City Inspector, City Project Manager, 9
Water Field Operations, and Water Capital Projects. Equipment shall be on-10
site and in working order for the testing. If the Contractor is unable to have 11
equipment ready for testing, the test date shall be rescheduled accordingly 12
with the Inspector. The updated construction schedule shall clearly indicate 13
all related construction activities at the manholes before and after lining. All 14
paving activities, including any final grade adjustments for manholes outside 15
pavement, shall be completed before Contractor begins lining work. After 16
liner installation, Contractor shall wait a minimum of 48 hours to allow the 17
liner material to fully cure before returning the system to normal service. 18
CCTV per Section 33 01 31 shall be scheduled after the lining has been 19
completed to document and confirm the manholes have been lined. 20
1.7 CLOSEOUT SUBMITTALS 21
A. Testing Documentation 22
1. Provide test results required in Section 2.4 and Section 3.7 to City. 23
a. Include the following manhole or structure location information: 24
1) Existing sanitary sewer main/lateral number. For Developer Projects, 25
provide proposed sanitary sewer line number as designated on the 26
plans and provide the existing sanitary sewer main/lateral number at 27
connection to the existing manhole (if applicable). 28
2) Station number 29
3) GIS ID number (if provided during construction). 30
b. Inspection report of each manhole/structure tested (See attached sample 31
reports to be used for Wet Film Thickness, Manhole Holiday/Spark 32
Detection, and Manhole Adhesion Test). 33
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34
1.9 QUALITY ASSURANCE 35
A. Qualifications 36
1. Contractor 37
a. Be trained by, or have training approved and certified by, the coating product 38
manufacturer for the handling, mixing, application and inspection of the coating 39
product(s) to be used as specified herein 40
b. Initiate and enforce quality control procedures consistent with the coating 41
product(s) manufacturer recommendations and applicable NACE or SSPC 42
standards as referenced herein 43
1.10 DELIVERY, STORAGE, AND HANDLING 44
A. Keep materials dry, protected from weather and stored under cover. 45
33 39 60 - 7
LINERS FOR SANITARY SEWER STRUCTURES
Page 7 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
B. Store coating materials between 50 degrees F and 90 degrees F. 1
C. Do not store near flame, heat or strong oxidants. 2
D. Handle coating materials according to their material safety data sheets. 3
1.11 FIELD [SITE] CONDITIONS 4
A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 5
perform the specified work. Active flows shall be diverted with flow through plugs as 6
required to ensure that flow is maintained off the surfaces to be lined. 7
1.12 WARRANTY 8
A. Contractor Warranty 9
1. Contractor’s Warranty shall be in accordance with Division 0. 10
PART 2 - PRODUCTS 11
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 12
2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 13
A. Repair and Resurfacing Products 14
1. Compatible with the specified coating product(s) in order to bond effectively, thus 15
forming a composite system 16
2. Used and applied in accordance with the manufacturer’s recommendations 17
3. The repair and resurfacing products must meet the following: 18
a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy 19
topcoating compatibility 20
b. Factory blended, rapid setting, high early strength, fiber reinforced, non-shrink 21
repair mortar that can be toweled or pneumatically spray applied and 22
specifically formulated to be suitable for topcoating with the specified coating 23
product used 24
B. Coating Product 25
1. Capable of being installed and curing properly within a manhole or concrete utility 26
environment 27
2. Resistant to all forms of chemical or bacteriological attack found in municipal 28
sanitary sewer systems; and, capable of adhering to typical manhole structure 29
substrates 30
3. The 100 percent solids, solvent-free ultra high-build epoxy system shall exhibit the 31
following characteristics: 32
a. Application Temperature – 50 degrees F, minimum 33
b. Thickness – 125 mils minimum for newly installed structures; 250 mils 34
minimum for rehabilitation of existing structures (Warren Environmental 35
System 301, ARC S1HB by A.W. Chesterton Company) 36
c. Color – White, Light Blue, or Beige 37
d. Compressive Strength (per ASTM D695) – 8,800 psi minimum 38
e. Tensile Strength (per ASTM D638) – 7,500 psi minimum 39
f. Hardness, Shore D (per ASTM D4541) – 70 minimum 40
33 39 60 - 8
LINERS FOR SANITARY SEWER STRUCTURES
Page 8 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) – 80 mg loss 1
maximum 2
h. Flexural Modulus (per ASTM D790) – 400,000 psi minimum 3
i. Flexural Strength (per ASTM D790) – 12,000 psi minimum 4
j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) 5
failure 6
k. Chemical Resistance (per ASTM D543/G20) all types of service for: 7
1) Municipal sanitary sewer environment 8
2) Sulfuric acid, 70 percent 9
3) Sodium hydroxide, 20 percent 10
4. Or, the multi-layer modified polyurea and polyurethane shall exhibit the following 11
characteristics: 12
a. Application Temperature – 50 degrees F, minimum 13
b. Thickness – 500 mils minimum (SpectraShield) 14
c. Moisture Barrier and Final Corrosion Barrier 15
1) Color – Pink 16
2) Tensile Strength (per ASTM D412) – 2550 psi minimum 17
3) Hardness, Shore D (per ASTM D2240) – 56 minimum 18
4) Abrasion Resistance (per ASTM D4060) – 20 mg loss maximum 19
5) Percent Elongation (per ASTM D412) – 269 20
d. Surfacer 21
1) Compressive Strength (per ASTM D1621) – 100 psi minimum 22
2) Density (per ASTM D1622) – 5 lbs/cu ft minimum 23
3) Shear Strength (per ASTM C273) – 230 psi minimum 24
4) Closed Cell Content (per ASTM D1940) – >95% 25
C. Coating Application Equipment 26
1. Manufacturer approved heated plural component spray equipment 27
2. Hard to reach areas, primer application and touch-up may be performed using hand 28
tools. 29
3. Applicator shall use approved specialty equipment that is adequate in size, capacity, 30
and number sufficient to accomplish the work in a timely manner. 31
2.3 ACCESSORIES [NOT USED] 32
2.4 SOURCE QUALITY CONTROL 33
A. Coating Thickness Testing 34
1. Film Thickness Testing for epoxy systems 35
a. Take wet film thickness gauge measurements per ASTM D4414 – Standard 36
Practice for Measurement of Wet Film Thickness by Notch Gages at 3 locations 37
within the manhole, 2 spaced equally apart along the wall and 1 on the bench. 38
1) Document and attest measurements and provide to the City using the form 39
at the end of this specification. 40
2. Thickness testing for modified polymer liner system 41
a. Upon installation of the Final Corrosion Barrier insert probe into substrate for 42
depth of system measurement at 3 locations within the manhole, 2 spaced 43
equally apart along the wall and 1 on the bench. 44
3. Document all testing results and provide to the City using the form at the end of this 45
specification. 46
33 39 60 - 9
LINERS FOR SANITARY SEWER STRUCTURES
Page 9 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
B. Non-Conforming Work 1
1. City reserves the right to require additional testing depending on the rate of failure. 2
2. City will select testing locations. 3
C. Testing Frequency 4
1. Projects with 10 or less manholes and/or structures test all. 5
2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 6
percent of manholes and/or structures after the first 10. 7
3. City will select the manholes and/or structures to be tested. 8
PART 3- EXECUTION 9
3.1 INSTALLERS 10
A. All installers shall be certified applicators approved by the manufacturers. Applicator 11
shall use adequate number of skilled workmen that have been trained and experienced 12
for the approved product. 13
14
3.2 EXAMINATION [NOT USED] 15
3.3 PREPARATION 16
A. Manhole Preparation 17
1. Stop active flows via damming, plugging or diverting as required to ensure all 18
liquids are maintained below or away from the surfaces to be coated. 19
2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 20
3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 21
source. 22
a. Where varying surface temperatures do exist, coating installation should be 23
scheduled when the temperature is falling versus rising. 24
B. Surface Preparation 25
1. Remove oils, roots, grease, incompatible existing coatings, waxes, form release, 26
curing compounds, efflorescence, sealers, salts or other contaminants which may 27
affect the performance and adhesion of the coating to the substrate. Remove any 28
steps found in the structure. 29
2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 30
means of degradation so that only sound substrate remains. 31
3. Surface preparation method, or combination of methods, that may be used include 32
high pressure water cleaning, high pressure water jetting, abrasive blasting, 33
shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 34
others as described in SSPC SP 13/NACE No. 6. 35
4. All methods used shall be performed in a manner that provides a uniform, sound, 36
clean, neutralized, surface suitable for the specified coating product. 37
5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed 38
rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition. 39
33 39 60 - 10
LINERS FOR SANITARY SEWER STRUCTURES
Page 10 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
6. After defects in the structure have been identified, seal cracks, repair exposed rebar 1
with new rebar to match existing, repair leaks and cracks with grout or other 2
methods approved by the Manufacturer and the City. All new rebar shall be 3
embedded in 1 ½ inch epoxy mastic. Replace/seal connection between existing 4
frame and chimney if it is found loose or not attached. 5
7. The repair materials shall be trowel or spray applied by the lining Contractor 6
utilizing proper equipment on to specified surfaces. The equipment shall be 7
specially designed to accurately ratio and apply the specified materials and 8
shall be regularly maintained and in proper working order. The repair 9
mortar and epoxy topcoat must share the same epoxy matrix to ensure a 10
bonded weld. No cementitious repair material, quick setting high strength 11
concrete with latex or curing agent additives, or quick set mortars will be 12
allowed. Proper surface preparation procedures must be followed to ensure 13
adequate bond strength to any surface to be coated. New cement cure time is 14
at least 30 days prior to coating. The repair materials as specified in this 15
Section shall apply to both existing structures and new installed structures. 16
This includes Developer projects, in which new installed structures/manholes 17
have been identified with either cracks, voids, signs of infiltration, other 18
structural defects or other related construction damage. 19
3.4 INSTALLATION 20
A. General 21
1. Perform coating after the sewer line replacement/repairs, grade adjustments and 22
grouting are complete. 23
2. Perform application procedures per recommendations of the coating product 24
manufacturer, including environmental controls, product handling, mixing and 25
application. 26
B. Temperature 27
1. Only perform application if surface temperature is between 40 and 120 degrees F. 28
2. Make no application if freezing is expected to occur inside the manhole within 24 29
hours after application. 30
C. Coating 31
1. Spray apply per manufacturer’s recommendation at a minimum film thickness as 32
noted in Section 2.2.B. 33
2. Apply coating from bottom of manhole frame to the bench/trough, including the 34
bench/trough. 35
3. After walls are coated, remove bench covers and spray bench/trough to at least the 36
same thickness as the walls. 37
4. Apply any topcoat or additional coats within the product’s recoat window. 38
a. Additional surface preparation is required if the recoat window is exceeded. 39
5. Allow a minimum of 48 hours of cure time or be set hard to touch before 40
reactivating flow. 41
33 39 60 - 11
LINERS FOR SANITARY SEWER STRUCTURES
Page 11 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
3.5 REPAIR / RESTORATION [NOT USED] 1
3.6 RE-INSTALLATION [NOT USED] 2
3.7 FIELD QUALITY CONTROL 3
A. Each structure will be visually inspected by the City the same day following the 4
application. 5
B. Groundwater infiltration of the system shall be zero. 6
C. All pipe connections shall be open and clear. 7
D. The inspector will check for deficiencies, pinholes, voids, cracks, uncured spots, 8
delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired 9
according to the procedures outlined by the Manufacturer. 10
E. If leaks are detected they will be chipped back, plugged and coated immediately with 11
protective epoxy resin coating. 12
1. Make repair 24 hours after leak detection. 13
F. Post Installation Coating Tests 14
1. Wet Film Testing 15
2. Adhesion Testing 16
a. Adhesion test the liner at a minimum of three locations (cone area, mid-section, 17
and bottom of the structure). For structures exceeding 6-feet add one additional 18
test for every additional 6-feet. For example: 6-foot manhole – 3 tests. 6-feet, 19
1-inch manhole thru 11-feet, 11-inch manhole – 4 tests, 12-foot manhole – 5 20
tests. Etc… Tests performed per ASTM D7234 – Standard Test Method for 21
Pull-Off Adhesion Strength of Coatings on Concrete Using Portable Pull-Off 22
Adhesion Testers. 23
1) Document and attest all test results repairs made and provide to the City 24
(see structure/manhole report form for adhesion testing at the end of this 25
specification). 26
2) The adhesive used to attach the dollies shall have a tensile strength greater 27
that the liner. 28
3) Failure of the dolly adhesive is deemed a non-test and requires retesting. 29
4) All the pull tests shall exceed 300 psi or concrete failure with more than 30
50% of the subsurface adhered to the coating. If over 1/3rd fail, additional 31
tests may be required by the City. If additional tests fail the City may 32
require removal and replacement of the liner at the contractor’s expense. 33
3. Holiday Detection Testing 34
a. Holiday Detection test the liner per NACE SP0188 – Discontinuity (Holiday) 35
Testing of New Protective Coatings on Conductive Substrates. Mark all 36
detected holidays. Repair all holidays in accordance to coating manufacturer’s 37
recommendations. 38
1) Document and attest all test results repairs made and provide to the 39
City (see structure/manhole report for holiday detection testing at the 40
end of this specification). 41
33 39 60 - 12
LINERS FOR SANITARY SEWER STRUCTURES
Page 12 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
2) For example, the typical testing requirements are 100 volts per mil to 1
12,500 volts to test 125 mils. Contractor shall mark any location that 2
shows a spark or potential for a pinhole and repair these locations per 3
manufacturer recommendations. 4
4. CCTV 5
a. Post Construction CCTV recordings shall be made after all other testing is 6
completed, including the repairs that are made to the lining following any test 7
failures. 8
b. After liner installation, conduct post-CCTV in accordance with Section 33 01 31. 9
Video camera shall be lowered from the top of the manhole to the invert, to video 10
all lined surfaces, prior to beginning post-CCTV of the main. Payment for this 11
work is subsidiary to the cost for the post-CCTV of the main. 12
c. A bonded third-party testing company shall perform the testing. 13
d. Or Contractor may perform tests if witnessed by representative of the coating 14
manufacturer. Coating manufacturer representative to provide certification that 15
Contractor performed tests in accordance with noted standards. 16
G. Non-Conforming Work 17
1. City reserves the right to require additional testing depending on the rate of failure. 18
2. City will select testing locations. 19
3. Repair all defects according to the manufacturer’s recommendations. 20
H. Testing Frequency 21
1. Projects with 10 or less manholes and/or structures test all. 22
2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 23
percent of manholes and/or structures after the first 10. 24
3. City will select the manholes and/or structures to be tested. 25
I. Test manhole for final acceptance according to Section 33 01 30. 26
3.8 SYSTEM STARTUP [NOT USED] 27
3.9 ADJUSTING [NOT USED] 28
3.10 CLEANING [NOT USED] 29
3.11 CLOSEOUT ACTIVITIES 30
A. Provide all test results from testing per Section 2.4 and applicator certifications per 31
Section 3.1 and in accordance with Section 1.7. In addition, perform vacuum test and 32
provide results using the test form per Section 33 01 30, Sewer and Manhole Testing. 33
B. Upon final completion of the work, the manufacturer and/or the testing firm will 34
provide a written certification of proper application to the City. 35
C. The certification will confirm that the deficient areas were repaired in accordance with 36
the procedure set forth in this Specification. The final report will detail the location of 37
the repairs in the structure and description of the repairs. See attached testing forms. 38
33 39 60 - 13
LINERS FOR SANITARY SEWER STRUCTURES
Page 13 of 13
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised April 29, 2021
3.12 PROTECTION [NOT USED] 1
3.13 MAINTENANCE [NOT USED] 2
3.14 ATTACHMENTS [NOT USED] 3
END OF SECTION 4
Revision Log
DATE NAME SUMMARY OF CHANGE
09-23-2020 J. Kasavich
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, and Manhole Adhesion
Test.
4-21-2021 J. Kasavich Provided minor revisions to clarify how testing is to be recorded and order of testing.
5
34 71 13 - 1
TRAFFIC CONTROL
Page 1 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
SECTION 34 71 13 1
TRAFFIC CONTROL 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. Modified 1.2.A.1.b.1) 8
2. Added 1.2.A.1.b.2) 9
3. Modified 1.2.A.2.b.1) 10
4. Added 1.2.A.2.b.2) 11
5. Modified 1.2.A.3.b.1) 12
6. Added 1.2.A.3.b.2) 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15
2. Division 1 – General Requirements 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Installation of Traffic Control Devices 19
a. Measurement 20
1) Measurement for Traffic Control Devices shall be per month for the Project 21
duration. 22
a) A month is defined as 30 calendar days. 23
b. Payment 24
1) Unit Price - The work performed and materials furnished in accordance 25
with this Item and measured as provided under “Measurement” shall be 26
paid for at the unit price bid for “Traffic Control”. 27
2) Lump Sum Price - The work performed and materials furnished in 28
accordance with this Item and measured under “Measurement” will be 29
included in the total lump sum price. 30
c. The price bid shall include: 31
1) Traffic Control implementation 32
2) Installation 33
3) Maintenance 34
4) Adjustments 35
5) Replacements 36
6) Removal 37
7) Police assistance during peak hours 38
2. Portable Message Signs 39
a. Measurement 40
1) Measurement for this Item shall be per week for the duration of use. 41
34 71 13 - 2
TRAFFIC CONTROL
Page 2 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
b. Payment 1
1) Unit Price - The work performed and materials furnished in accordance to 2
this Item and measured as provided under “Measurement” shall be paid for 3
at the unit price bid per week for “Portable Message Sign” rental. 4
2) Lump Sum Price - The work performed and materials furnished in 5
accordance with this Item and measured under “Measurement” will be 6
included in the total lump sum price. 7
c. The price bid shall include: 8
1) Delivery of Portable Message Sign to Site 9
2) Message updating 10
3) Sign movement throughout construction 11
4) Return of the Portable Message Sign post-construction 12
3. Preparation of Traffic Control Plan Details 13
a. Measurement 14
1) Measurement for this Item be per each Traffic Control Detail prepared. 15
b. Payment 16
1) Unit Price - The work performed and materials furnished in accordance 17
with this Item shall be paid for at the unit price bid per each “Traffic 18
Control Detail” prepared. 19
2) Lump Sum Price - The work performed and materials furnished in 20
accordance with this Item and measured under “Measurement” will be 21
included in the total lump sum price. 22
c. The price bid shall include: 23
1) Preparing the Traffic Control Plan Details for closures of 24 hours or 24
longer 25
2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 26
(TMUTCD) 27
3) Obtaining the signature and seal of a licensed Texas Professional Engineer 28
4) Incorporation of City comments 29
1.3 REFERENCES 30
A. Reference Standards 31
1. Reference standards cited in this Specification refer to the current reference 32
standard published at the time of the latest revision date logged at the end of this 33
Specification, unless a date is specifically cited. 34
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 35
3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 36
Transportation, Standard Specifications for Construction and Maintenance of 37
Highways, Streets, and Bridges. 38
1.4 ADMINISTRATIVE REQUIREMENTS 39
A. General 40
1. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. 41
B. Coordination 42
1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 43
implementing Traffic Control within 500 feet of a traffic signal. 44
C. Sequencing 45
34 71 13 - 3
TRAFFIC CONTROL
Page 3 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
1. Any deviations to the Traffic Control Plan included in the Drawings must be first 1
approved by the City and design Engineer before implementation. 2
1.5 SUBMITTALS 3
A. Provide the City with a current list of qualified flaggers before beginning flagging 4
activities. Use only flaggers on the qualified list. 5
B. Obtain a Street Use Permit from the Street Management Section of the Traffic 6
Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the 7
Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 8
A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 9
C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 10
Engineer. 11
D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 12
Specifications. The Contractor will be responsible for having a licensed Texas 13
Professional Engineer sign and seal the Traffic Control Plan sheets. A traffic control 14
“Typical” published by City of Fort Worth, the Texas Manual Unified Traffic Control 15
Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as 16
an alternative to preparing project/site specific traffic control plan if the typical is 17
applicable to the specific project/site. 18
E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 19
F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 20
changes to the Traffic Control Plan(s) developed by the Design Engineer. 21
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22
1.7 CLOSEOUT SUBMITTALS [NOT USED] 23
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24
1.9 QUALITY ASSURANCE [NOT USED] 25
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26
1.11 FIELD [SITE] CONDITIONS [NOT USED] 27
1.12 WARRANTY [NOT USED] 28
PART 2 - PRODUCTS 29
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 30
2.2 ASSEMBLIES AND MATERIALS 31
A. Description 32
1. Regulatory Requirements 33
a. Provide Traffic Control Devices that conform to details shown on the 34
Drawings, the TMUTCD, and TxDOT’s Compliant Work Zone Traffic Control 35
Device List (CWZTCDL). 36
2. Materials 37
34 71 13 - 4
TRAFFIC CONTROL
Page 4 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
a. Traffic Control Devices must meet all reflectivity requirements included in the 1
TMUTCD and TxDOT Specifications – Item 502 at all times during 2
construction. 3
b. Electronic message boards shall be provided in accordance with the TMUTCD. 4
2.3 ACCESSORIES [NOT USED] 5
2.4 SOURCE QUALITY CONTROL [NOT USED] 6
PART 3 - EXECUTION 7
3.1 EXAMINATION [NOT USED] 8
3.2 PREPARATION 9
A. Protection of In-Place Conditions 10
1. Protect existing traffic signal equipment. 11
3.3 INSTALLATION 12
A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 13
the Drawings and as directed. 14
B. Install Traffic Control Devices straight and plumb. 15
C. Do not make changes to the location of any device or implement any other changes to 16
the Traffic Control Plan without the approval of the Engineer. 17
1. Minor adjustments to meet field constructability and visibility are allowed. 18
D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 19
1. Corrective action includes but is not limited to cleaning, replacing, straightening, 20
covering, or removing Devices. 21
2. Maintain the Devices such that they are properly positioned, spaced, and legible, 22
and that retroreflective characteristics meet requirements during darkness and rain. 23
E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 24
and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 25
lights, signs, or other precautionary measures for the protection of persons or property), the 26
Inspector may order such additional precautionary measures be taken to protect persons 27
and property. 28
F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 29
or in conflict with the proposed method of handling traffic or utility adjustments, can be 30
constructed during any phase. 31
G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 32
distance of drivers entering the highway from driveways or side streets. 33
H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 34
be erected and mounted on portable supports. 35
1. The support design is subject to the approval of the Engineer. 36
I. Lane closures shall be in accordance with the approved Traffic Control Plans. 37
34 71 13 - 5
TRAFFIC CONTROL
Page 5 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
J. If at any time the existing traffic signals become inoperable as a result of construction 1
operations, the Contractor shall provide portable stop signs with 2 orange flags, as 2
approved by the Engineer, to be used for Traffic Control. 3
K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 4
turn-ons, street light pole installation, or other construction will be done during peak traffic 5
times (AM: 7 am – 9 am, PM: 4 pm - 6 pm). 6
L. Flaggers 7
1. Provide a Contractor representative who has been certified as a flagging instructor 8
through courses offered by the Texas Engineering Extension Service, the American 9
Traffic Safety Services Association, the National Safety Council, or other approved 10
organizations. 11
a. Provide the certificate indicating course completion when requested. 12
b. This representative is responsible for training and assuring that all flaggers are 13
qualified to perform flagging duties. 14
2. A qualified flagger must be independently certified by 1 of the organizations listed 15
above or trained by the Contractor’s certified flagging instructor. 16
3. Flaggers must be courteous and able to effectively communicate with the public. 17
4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 18
and follow the flagging procedures set forth in the TMUTCD. 19
5. Provide and maintain flaggers at such points and for such periods of time as may be 20
required to provide for the safety and convenience of public travel and Contractor’s 21
personnel, and as shown on the Drawings or as directed by the Engineer. 22
a. These flaggers shall be located at each end of the lane closure. 23
M. Removal 24
1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 25
and other Traffic Control Devices used for work-zone traffic handling as soon as 26
practical in a timely manner, unless otherwise shown on the Drawings. 27
3.4 REPAIR / RESTORATION [NOT USED] 28
3.5 RE-INSTALLATION [NOT USED] 29
3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 30
3.7 SYSTEM STARTUP [NOT USED] 31
3.8 ADJUSTING [NOT USED] 32
3.9 CLEANING [NOT USED] 33
3.10 CLOSEOUT ACTIVITIES [NOT USED] 34
3.11 PROTECTION [NOT USED] 35
3.12 MAINTENANCE [NOT USED] 36
3.13 ATTACHMENTS [NOT USED] 37
END OF SECTION 38
34 71 13 - 6
TRAFFIC CONTROL
Page 6 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised March 22, 2021
1
2
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required
3/22/2021 M Owen
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.5 Clarified submittal requirements
3.3 M. Clarified removal requirements
3
40 05 00 - 1
LIFT STATION ACCESSORIES
Page 1 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 05 00 1
LIFT STATION ACCESSORIES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes 5
1. This section includes miscellaneous appurtenances and accessories necessary for 6
complete installation of the lift station, including hatches, climbing devices, grates, 7
pipe supports, duckbill check valves, quick connects and wall sleeves with modular 8
pipe seals. 9
B. Related Specification Sections include but are not necessarily limited to 10
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 11
Contract. 12
2. Division 1 - General Requirements. 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Measurement and Payment 15
1. Work associated with this Item is included in the total lump sum price. 16
1.3 REFERENCES [NOT USED] 17
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18
1.5 SUBMITTALS 19
A. Submittals shall be in accordance with Section 01 33 00. 20
B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 21
specials. 22
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 23
A. Product Data 24
1. Hatches 25
2. Grates 26
3. Pipe Supports 27
1.7 CLOSEOUT SUBMITTALS [NOT USED] 28
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29
1.9 QUALITY ASSURANCE [NOT USED] 30
1.10 DELIVERY, STORAGE, AND HANDLING 31
A. Deliver, store and handle products in accordance with manufacturer’s latest published 32
requirements and specifications. 33
40 05 00 - 2
LIFT STATION ACCESSORIES
Page 2 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.11 SITE CONDITIONS [NOT USED] 1
1.12 WARRANTY [NOT USED] 2
PART 2 - PRODUCTS 3
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4
2.2 MATERIALS 5
A. Access Hatches 6
1. The contractor shall furnish and install access hatches as manufactured by Bilco, 7
Inc. or approved equal, as shown on the plans. 8
2. Door leaf shall be 1/4” stainless steel diamond pattern plate to withstand a 9
AASHTO H-20 wheel load with a maximum deflection of 1/150th of the span. 10
3. Drop handle shall be cast aluminum and flush with door leaf. 11
4. Channel frame shall be 1/4” stainless steel with an anchor flange around the 12
perimeter and shall have a minimum cross-sectional area of 7-1/2 sq. in. to allow 13
for proper water drainage. Door shall be equipped with Type 316 stainless steel 14
hinge having 3/8” minimum diameter stainless steel pins and pivot so that the cover 15
does not protrude into the channel frame. 16
5. Compression spring operators enclosed in telescopic tubes shall be provided for 17
smooth, easy and controlled door operation throughout the entire arc of opening and 18
closing. Operation shall not be affected by temperature. The door shall 19
automatically lock in the vertical position by means of a heavy steel hold-open arm 20
with release handle. A Type 316 stainless steel snap lock with a gasketed cover 21
plug and removable turn handle shall be provided. A 1-1/2” drainage coupling 22
shall be located in the front right corner of the channel frame. Hardware and all 23
fasteners shall be Type 316 stainless steel. 24
6. Factory finish shall be mill-finish aluminum with a bituminous coating applied to 25
the exterior of the frame. 26
7. Installation shall be in accordance with the manufacturer’s instructions. 27
a. For wetwell installation the drains shall be directed into the wetwell. 28
b. For meter vault installation the drains shall be directed to adjacent vegetated 29
areas or pavement. 30
8. All access hatches shall be equipped with aluminum fall protection grates. 31
a. Netting shall not be an acceptable substitute. 32
B. Adjustable Pipe Saddle Support 33
1. The contractor shall furnish and install adjustable cast iron pipe saddle supports in 34
accordance with these specifications and in the locations shown on the plans. 35
2. Pipe supports shall be Anvil International Fig. 264 or approved equal. 36
3. Saddle shall be cast iron with locknut nipple and special cast iron reducer, 37
assembled. 38
4. Finish can be plain or zinc plated. 39
5. Support shall be stanchion type, sized to the supported pipe outer diameter, with 40
vertical adjustment of at least 4 inches. 41
40 05 00 - 3
LIFT STATION ACCESSORIES
Page 3 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
6. Complies with Federal Specification A-A-1192A (Type 38), WW-H-171-E (Type 1
39), ASNI/MSS SP-69 and MSS SP-58 (Type 38). 2
C. Safe Climbing Device 3
1. Stainless steel, rigid rail safe climbing devices shall be provided on all ladders. Pole 4
or cable devices will not be accepted. Rails shall be center mounted and extend 5
from 3 ft. above the ladder bottom to the top of the ladder section. Mounting 6
brackets, fasteners and splice bars shall be provided as required for a rigid 7
installation. 8
2. Three trolleys with snap hooks shall be provided that are designed to be operated 9
with the aluminum rail. A safety body harness with front and side rings shall be 10
supplied for each trolley. 11
3. Safe climbing system shall be stainless steel DBI/SALA Railok 90 or equal, as 12
approved by the Owner. 13
4. A caution sign shall be provided at the lowest point of access to the ladder requiring 14
safe climbing devices. The sign shall read “CAUTION-Safety Equipment Required 15
when Climbing Ladder”. The sign shall be secured to the wall. 16
5. Contractor shall provide the Owner with three (3) harnesses for safety climb system 17
in sizes determined by the Owner. 18
D. LadderUP Safety Posts shall be provided for all access hatch ladders. 19
E. Duckbill Check Valve 20
1. Provide TF-2 Tideflex check valves. 21
F. Quick Connects 22
1. Provide Cam-Lok style flange by male end quick connects as indicated in the 23
Drawings. 24
2. Quick connects shall be 316 stainless steel and installed with flange isolation kits in 25
accordance with Section 33 04 10. 26
G. Wall Sleeves and Modular Pipe Seals 27
1. Where indicated in the Drawings, provide stainless steel wall sleeves and Link-Seal 28
modular pipe seals (by Garlock) with 316 stainless steel hardware for pipe 29
penetrations in concrete structures. 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. Install proposed lift station accessories discussed in this section in accordance with 38
manufacturer’s recommendations. 39
40 05 00 - 4
LIFT STATION ACCESSORIES
Page 4 of 4
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
3.5 REPAIR [NOT USED] 1
3.6 RE-INSTALLATION [NOT USED] 2
3.7 SITE QUALITY CONTROL [NOT USED] 3
3.8 SYSTEM STARTUP [NOT USED] 4
3.9 ADJUSTING [NOT USED] 5
3.10 CLEANING [NOT USED] 6
3.11 CLOSEOUT ACTIVITIES [NOT USED] 7
3.12 PROTECTION [NOT USED] 8
3.13 MAINTENANCE [NOT USED] 9
3.14 ATTACHMENTS [NOT USED] 10
END OF SECTION 11
12
13
40 05 62
PLUG VALVES
Page 1 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 05 62 1
PLUG VALVES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes 5
1. Furnish all labor, materials, equipment and incidentals required to install and put 6
into operation, plug valves for wastewater service as specified herein and shown on 7
the drawings. 8
B. Related Specification Sections include but are not necessarily limited to 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 10
Contract. 11
2. Division 1 - General Requirements. 12
1.2 PRICE AND PAYMENT PROCEDURES 13
A. Measurement and Payment 14
1. Work associated with this Item is included in the total lump sum price. 15
1.3 REFERENCES 16
A. Reference Standards 17
1. Reference standards cited in this specification refer to the current reference standard 18
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. American Water Works Association (AWWA): 21
a. C111: Rubber-Gasket Joints for Ductile Iron Pressure Pipe and Fittings 22
b. C517: Resilient-Seated Cast-Iron Eccentric Plug Valves 23
3. American Society for Testing and Materials (ASTM): 24
a. A48: Gray Iron Castings 25
b. A126: Gray Iron Castings for Valves, Flanges, and Pipe Fittings 26
c. A436: Austenitic Gray Iron Casting 27
d. A536: Ductile Iron Castings 28
4. American Society of Mechanical Engineers (ASME): 29
a. B36.10M: Welded and Seamless Wrought Steel Pipe 30
b. B16.1: Cast Iron Pipe Flanges and Flanged Fittings 31
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32
1.5 SUBMITTALS 33
A. Submittals shall be in accordance with Section 01 33 00. 34
B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 35
specials. 36
37
40 05 62
PLUG VALVES
Page 2 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1
A. Product Data 2
1. Plug Valve 3
2. Manual Actuator 4
3. Internal Lining 5
4. External Coating 6
1.7 CLOSEOUT SUBMITTALS [NOT USED] 7
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8
1.9 QUALITY ASSURANCE 9
A. The valve shall be the product of a manufacturer regularly engaged in the manufacture 10
of plug valves having similar service and size. The valves covered by the specifications 11
are intended to be standard equipment of that which has proven ability. 12
B. The Contractor shall cause all equipment specified under this section to be furnished by 13
the valve manufacturer who shall be responsible for the adequacy and compatibility of 14
all unit components including but not limited to the valve, actuator and extension stems. 15
Valve and actuator shall be shipped assembled. 16
C. Any component of each complete unit not provided by the valve manufacturer shall be 17
designed, fabricated, tested, and installed by factory-authorized representatives 18
experienced in the design and manufacture of the equipment. This requirement, 19
however, shall not be construed as relieving the Contractor of the overall responsibility 20
for this portion of the work 21
1.10 DELIVERY, STORAGE, AND HANDLING 22
A. Storage and Handling Requirements 23
1. All parts shall be properly protected so that no damage or deterioration will occur 24
during a prolonged delay from the time of shipment until installation is completed 25
and the units and equipment are ready for operation. 26
a. All equipment and parts must be properly protected against any damage during 27
a prolonged period at the site. 28
b. The finished surfaces of all exposed flanges shall be protected by wooden blank 29
flanges, strongly built and securely bolted thereto. 30
c. Finished iron or steel surfaces not painted shall be properly protected to prevent 31
rust and corrosion. 32
B. Take special care to prevent plastic and similar brittle items from being directly 33
exposed to the sun, or exposed to extremes in temperature, preventing any deformation. 34
40 05 62
PLUG VALVES
Page 3 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.11 FIELD [SITE] CONDITIONS [NOT USED] 1
1.12 WARRANTY 2
PART 2 - PRODUCTS 3
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4
2.2 MATERIALS 5
A. Plug Valves 6
1. Manufacturers 7
a. Manufacturer List 8
1) DeZurik 9
2) Pratt 10
b. The listing above does not imply that the valve or the manufacturer’s standard 11
product is acceptable. The successful manufacturer will be required to conform 12
to all specifications. 13
c. Any product that is not listed above is considered a substitution and shall be 14
submitted in accordance with Section 01 25 00. 15
2. Description 16
a. Plug valves shall work without damage to the valve over the entire range of 17
operating conditions. 18
b. Valve shall be for wastewater service, of the 1/4 turn, eccentric non-lubricated 19
type, serviceable under full line pressure, and capable of sealing in both 20
directions at the rated pressure. 21
c. Plug valves shall be manufactured in accordance with AWWA C-517 22
d. The valve port area shall meet or exceed standard pipe area per ASME/ANSI 23
B36.10M. 24
3. Performance / Design Criteria 25
a. Ports shall be rectangular, eccentric, and 100% port. 26
b. Valve Seating 27
1) The valve seating design shall be resilient and of the continuous interface 28
type having consistent opening/closing torques, and shall be non-jamming 29
in the closed position. 30
2) Closure shall be accomplished by means of an offset plug design with a 31
resilient seating face that achieves full 360 degree seating contact. 32
3) Valves shall be of the bolted bonnet design. The resilient faced plug shall 33
be replaceable without removing the valve body from the line. 34
c. Valve bearings shall be replaceable. 35
d. Valves shall be designed such that they can be repacked without removing the 36
bonnet. 37
e. Joint Type 38
1) Valves shall be mechanical joint unless otherwise shown in the Drawings. 39
2) Mechanical joints shall conform to ANSI/AWWA C111/A21.11 40
3) Flanges shall be ANSI B16.1, Class 125 when required 41
f. Pressure Ratings 42
1) Valves 12” and Smaller – 175 psi 43
2) Valves 14” and Larger – 150 psi 44
45
40 05 62
PLUG VALVES
Page 4 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
4. Materials 1
a. Valve Body 2
1) Ductile iron, ASTM 536 grade 65-45-12 3
b. Valve Plug 4
1) Ductile iron ASTM 536 grade 65-45-12 with Chloroprene (CR) resistant 5
facing. 6
c. Valve Seat 7
1) Welded-in overlay of not less than 95% pure nickel. Sprayed or plated 8
seating surfaces will not be acceptable. 9
d. Bearings 10
1) Permanently lubricated Type 316 stainless steel bearings on the upper and 11
lower plug stem journal. 12
e. Packing 13
1) Buna N (Vee Type). 14
f. Bolts and Nuts 15
1) Flange bolts and nuts shall be in accordance with Section 33 11 05. 16
2) T-bolts and nuts for buried service mechanical joint connections shall be in 17
accordance with Section 33 11 05. 18
g. Finishes 19
1) Plug valve internal and external coatings shall provide a corrosion resistant 20
barrier due to service conditions. 21
2) External Coating 22
a) Manufacturer’s standard prime coat. Final coatings shall be in 23
accordance with Section 09 91 00. 24
3) Internal Coating 25
a) TNEMEC Series 431 Permashield PL 26
(1) Millage shall be per the manufacturer’s recommendations. Coating 27
manufacturer shall coordinate with valve and piping manufacturer 28
to confirm allowable millage. 29
b) Or approved equal 30
4) For buried valves, the valve in its entirety (including valve body, nuts, and 31
bolts) shall be wrapped in petrolatum tape system. Petrolatum tape system 32
shall consist of Densyl Mastic, Densyl Paste, and Densyl Tape, as 33
manufactured by Denso. 34
B. Manual Actuators 35
1. Manufacturers 36
a. Manufacturer List 37
1) AUMA Type GS 38
2) EIM Type WB 39
3) Limitorque Type HBC 40
4) No others will be allowed 41
2. Description 42
a. Regulatory Requirements 43
1) Worm gear manual operator shall comply fully with AWWA C-517, latest 44
edition. 45
3. Performance / Design Criteria 46
a. Valves shall be provided with manual actuators unless otherwise specified or 47
indicated on the plans. 48
40 05 62
PLUG VALVES
Page 5 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
b. Valves shall be opened by turning the actuator left (counter-clockwise) and 1
close right (clockwise). 2
c. Manual actuators shall be fully greased, packed and have stops in the open and 3
closed position. The actuator shall have a mechanical stop which will 4
withstand an input torque of 300 ft. lbs. against the stop. The actuator shall 5
have a built in packing leak bypass to eliminate possible packing leakage into 6
the actuator housing. 7
d. Plug valves for buried service shall be furnished with a 2” operating nut. The 8
actuator shall be placed in a vault as indicated on the plans and have extension 9
to the top of the vault. 10
e. Actuator shall be worm-gear type, as follows: 11
1) Worm gear drive sleeve and worm shaft shall be of solid, one-piece design; 12
bolted segments or pinned worms will not be acceptable. Drive sleeve shall 13
include an integral spline to accept a removable bottom-entry spline 14
bushing for valve shaft connection. 15
2) If required for torque purposes, spur gear reducers may be provided for 16
increased torque outputs and to reduce handwheel diameter. 17
3) Worm gear operator shall include handwheel with maximum 80# rim pull. 18
f. Manual gears shall be capable of being field retrofit with an electric motor 19
operator in the future without major modifications. With spur gear removed, 20
splined worm gear input shaft and motor adapter flange shall be easily added to 21
accept a multi-turn “torque-only” electric valve actuator. 22
g. Supplier shall include the number of turns required to complete on Open-to-23
Close stroke in the Equipment Submittal. 24
4. Materials 25
a. Housing 26
1) Ductile iron 27
b. Drive Sleeve 28
1) Steel 29
c. Worm 30
1) Bronze with splined input drive connection 31
d. Bearings 32
1) Heavy duty tapered roller bearings 33
e. Fasteners 34
1) Stainless Steel 35
5. Finishes 36
a. Finish Materials 37
1) Thermostatically applied polyester powdercoat 38
40 05 62
PLUG VALVES
Page 6 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2.3 ACCESSORIES [NOT USED] 1
2.4 SOURCE QUALITY CONTROL [NOT USED] 2
PART 3 - EXECUTION 3
3.1 INSTALLERS [NOT USED] 4
3.2 EXAMINATION [NOT USED] 5
3.3 PREPARATION [NOT USED] 6
3.4 INSTALLATION 7
A. General 8
1. All work shall be performed by skilled craftsmen qualified to perform the required 9
work in a manner comparable with the best standards of practice. 10
2. The Contractor and all workmen employed by him shall conduct all operations in a 11
clean and sanitary manner and in conformance with all aspects of the contract 12
documents. 13
B. Installation 14
1. For valves installed in a vertical pipeline, or where the possibility of overhead 15
drain-back exists, install the valve with the seat at the top to prevent drain-back 16
solids from settling into the valve body. 17
2. For valves installed in a horizontal pipeline, install the valve so the plug rotates up 18
when opened. 19
a. Where drain-back does not exist, install the valve with the higher pressure, 20
when closed, against the end opposite the seat. 21
3.5 REPAIR / RESTORATION [NOT USED] 22
3.6 RE-INSTALLATION [NOT USED] 23
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 24
3.8 SYSTEM STARTUP [NOT USED] 25
3.9 ADJUSTING [NOT USED] 26
3.10 CLEANING [NOT USED] 27
3.11 CLOSEOUT ACTIVITIES [NOT USED] 28
3.12 PROTECTION [NOT USED] 29
3.13 MAINTENANCE [NOT USED] 30
3.14 ATTACHMENTS [NOT USED] 31
END OF SECTION 32
33
40 05 97
IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT
Page 1 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 05 97 1
IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Equipment and pipe labels for process piping. 6
2. Valve tags for process piping. 7
B. Related Specification Sections include but are not limited to: 8
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 9
Contract. 10
2. Division 1 - General Requirements. 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is included in the total lump sum price. 14
1.3 REFERENCES [NOT USED] 15
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16
1.5 SUBMITTALS 17
A. Submittals shall be in accordance with Section 01 33 00. 18
B. All submittals shall be approved by the City prior to delivery. 19
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 20
A. Product Data: For each type of product indicated. 21
B. Samples: For color, letter style, and graphic representation required for each 22
identification material and device. 23
C. Equipment Label Schedule: Include a listing of all equipment to be labeled with the 24
proposed content for each label. 25
D. Valve numbering scheme. 26
E. Valve Schedules: For each piping system to include in maintenance manuals. 27
1.7 CLOSEOUT SUBMITTALS [NOT USED] 28
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29
1.9 QUALITY ASSURANCE [NOT USED] 30
1.10 DELIVERY, STORAGE, AND HANDLING 31
A. Storage and Handling Requirements 32
40 05 97
IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT
Page 2 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. Secure and maintain a location to store the material in accordance with Section 01 1
66 00. 2
1.11 FIELD [SITE] CONDITIONS [NOT USED] 3
1.12 WARRANTY [NOT USED] 4
PART 2 - PRODUCTS 5
2.1 CITY-FURNISHED [OR] CITY-SUPPLIED PRODUCTS [NOT USED] 6
2.2 PRODUCT TYPES 7
A. Equipment Labels 8
1. Metal Labels for Equipment 9
a. Manufacturers 10
1) Brady Corporation 11
2) Brimar Industries, Inc. 12
3) Craftmark Pipe Markers 13
4) Seton Identification Products 14
b. Material and Thickness: stainless steel 0.025-inch minimum thickness, and 15
having predrilled or stamped holes for attachment hardware. 16
c. Letter Color: Black. 17
d. Background Color: White. 18
e. Minimum Label Size: Length and width vary for required label content, but not 19
less than 2-1/2 by 3/4 inch. 20
f. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 21
24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately 22
larger lettering for greater viewing distances. Include secondary lettering two-23
thirds to three-quarters the size of principal lettering. 24
g. Fasteners: Stainless-steel rivets or self-tapping screws. 25
h. Adhesive: Contact-type permanent adhesive, compatible with label and with 26
substrate. 27
2. Plastic Labels for Equipment 28
a. Manufacturers 29
1) Brady Corporation 30
2) Brimar Industries, Inc. 31
3) Craftmark Pipe Markers 32
4) Seton Identification Products 33
b. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical 34
engraving, 1/8 inch thick, and having predrilled holes for attachment hardware. 35
c. Letter Color: Black. 36
d. Background Color: White. 37
e. Maximum Temperature: Able to withstand temperatures up to 160 deg F. 38
f. Minimum Label Size: Length and width vary for required label content, but not 39
less than 2-1/2 by 3/4 inch. 40
g. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 41
24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately 42
larger lettering for greater viewing distances. Include secondary lettering two-43
thirds to three-quarters the size of principal lettering. 44
40 05 97
IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT
Page 3 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
h. Fasteners: Stainless-steel rivets or self-tapping screws. 1
i. Adhesive: Contact-type permanent adhesive, compatible with label and with 2
substrate. 3
3. Label Content: Include equipment's Drawing designation or unique equipment 4
number, Drawing numbers where equipment is indicated (plans, details, and 5
schedules), and the Specification Section number and title where equipment is 6
specified. 7
4. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by-8
11-inch bond paper. Tabulate equipment identification number, and identify 9
Drawing numbers where equipment is indicated (plans, details, and schedules) and 10
the Specification Section number and title where equipment is specified. Equipment 11
schedule shall be included in operation and maintenance data. 12
B. Pipe Labels 13
1. Manufacturers 14
a. Brady Corporation 15
b. Brimar Industries, Inc. 16
c. Craftmark Pipe Markers 17
d. Seton Identification Products 18
2. General Requirements for Manufactured Pipe Labels: Preprinted, color-coded, with 19
lettering indicating service, size of pipe, and showing flow direction. 20
3. Self-Adhesive Pipe Labels: Printed plastic with contact-type, permanent-adhesive 21
backing. 22
4. Pipe Label Contents: Include identification of piping service using same 23
designations or abbreviations as used on Drawings; also include pipe size and an 24
arrow indicating flow direction. 25
a. Flow-Direction Arrows: Integral with piping-system service lettering to 26
accommodate both directions or as separate unit on each pipe label to indicate 27
flow direction. 28
b. Lettering Size: Size letters according to ASME A13.1 for piping. 29
C. Valve Tags 30
1. Manufacturers 31
a. Brady Corporation 32
b. Brimar Industries, Inc. 33
c. Craftmark Pipe Markers 34
d. Seton Identification Products 35
2. Valve Tags: Stamped or engraved with 1/4-inch letters for piping system 36
abbreviation and 1/2-inch numbers. 37
a. Tag Material: Brass 0.032-inch minimum thickness, and having predrilled or 38
stamped holes for attachment hardware. 39
b. Fasteners: Brass wire-link chain or S-hook. 40
3. Valve Schedules: For each piping system, on 8-1/2-by-11-inch bond paper. 41
Tabulate valve number, piping system, system abbreviation (as shown on valve 42
tag), location of valve (room or space), normal-operating position (open, closed, or 43
modulating), and variations for identification. Mark valves for emergency shutoff 44
and similar special uses. 45
a. Valve-tag schedule shall be included in operation and maintenance data. 46
40 05 97
IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT
Page 4 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2.3 ACCESSORIES 1
2.4 SOURCE QUALITY CONTROL 2
PART 3 - EXECUTION 3
3.1 INSTALLERS [NOT USED] 4
3.2 EXAMINATION [NOT USED] 5
3.3 PREPARATION 6
A. Clean piping and equipment surfaces of substances that could impair bond of 7
identification devices, including dirt, oil, grease, release agents, and incompatible 8
primers, paints, and encapsulants. 9
3.4 INSTALLATION 10
A. General Installation Requirements 11
1. Coordinate installation of identifying devices with completion of covering and 12
painting of surfaces where devices are to be applied. 13
2. Coordinate installation of identifying devices with locations of access panels and 14
doors. 15
3. Install identifying devices before installing acoustical ceilings and similar 16
concealment. 17
B. Equipment Label Installation 18
1. Install or permanently fasten labels on each major item of mechanical equipment 19
(i.e. pumps, control valves, surge valves, etc.). 20
2. Locate equipment labels where accessible and visible. 21
C. Pipe Label Installation 22
1. Pipe Label Locations: Locate pipe labels where piping is exposed or above 23
accessible ceilings in finished spaces; machine rooms; accessible maintenance 24
spaces such as shafts, tunnels, and plenums; and exterior exposed locations as 25
follows: 26
a. Near each valve and control device. 27
b. Near each branch connection, excluding short takeoffs for fixtures and terminal 28
units. Where flow pattern is not obvious, mark each pipe at branch. 29
c. Near penetrations through walls, floors, ceilings, and inaccessible enclosures. 30
d. At access doors, manholes, and similar access points that permit view of 31
concealed piping. 32
e. Near major equipment items and other points of origination and termination. 33
f. Spaced at maximum intervals of 50 feet along each run. Reduce intervals to 25 34
feet in areas of congested piping and equipment. 35
g. On piping above removable acoustical ceilings. Omit intermediately spaced 36
labels. 37
2. Directional Flow Arrows: Arrows shall be used to indicate direction of flow in 38
pipes, including pipes where flow is allowed in both directions. 39
3. Pipe Label Color Schedule: 40
40 05 97
IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT
Page 5 of 5
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
a. Domestic Water Piping 1
1) Background: Safety blue. 2
2) Letter Colors: White. 3
b. Sanitary Waste and Storm Drainage Piping 4
1) Background Color: Safety green. 5
2) Letter Color: White. 6
D. Valve-Tag Installation 7
1. Install tags on valves and control devices in piping systems, except check valves, 8
valves within factory-fabricated equipment units, shutoff valves, faucets, 9
convenience and lawn-watering hose connections, and similar roughing-in 10
connections of end-use fixtures and units. List tagged valves in a valve schedule. 11
2. Valve-Tag Application Schedule: Tag valves according to size, shape, and color 12
scheme and with captions similar to those indicated in the following subparagraphs: 13
a. Valve-Tag Size and Shape 14
1) Cold Water: 1-1/2 inches round. 15
2) Hot Water: 1-1/2 inches round. 16
b. Valve-Tag Colors 17
1) Cold Water: Natural. 18
2) Hot Water: Natural. 19
c. Letter Colors 20
1) Cold Water: White. 21
2) Hot Water: White. 22
3.5 [REPAIR] / [RESTORATION] [NOT USED] 23
3.6 RE-INSTALLATION [NOT USED] 24
3.7 FIELD [OR] SITE 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 [NOT USED] 29
3.12 PROTECTION [NOT USED] 30
3.13 MAINTENANCE [NOT USED] 31
3.14 ATTACHMENTS [NOT USED] 32
END OF SECTION 33
40 06 65 - 1
SWING CHECK VALVES
Page 1 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 06 65 1
SWING CHECK VALVES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A.Section Includes 5
1. Materials, equipment and installation of swing check valves. 6
B. Related Specification Sections include but are not necessarily limited to 7
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 8
Contract. 9
2. Division 1 - General Requirements. 10
3. Section 33 05 10 – Utility Trench Excavation, Embedment, and Backfill. 11
4. Section 33 05 13 – Frame, Cover, and Grade Rings. 12
5. Section 33 11 05 – Bolts, Nuts, and Gaskets. 13
6. Section 33 11 10 – Ductile Iron Pipe. 14
7. Section 33 11 11 – Ductile Iron Fittings. 15
8. Section 33 12 20 – Resilient Seated Gate Valve. 16
9. Section 33 39 21 – Polymer Concrete Manholes. 17
1.2 PRICE AND PAYMENT PROCEDURES 18
A. Measurement and Payment 19
1. Measurement 20
a. Measurement for this Item shall be per each “Gate Valve and Swing Check w/ 21
Vault”. 22
b. Measurement includes valves, vault, piping, and appurtenances located inside 23
the vault. 24
1) Piping and fittings located outside of the proposed vault is measured and 25
paid separately pipe, by size and as ductile iron fittings, by ton. 26
2. Payment 27
a. The work performed and the materials furnished in accordance with this Item 28
shall be paid for at the unit price bid per each “Gate Valve and Swing Check w/ 29
Vault” installed for: 30
1) Various valve sizes 31
3. The price bid shall include: 32
a. Excavation 33
b. Pre-cast polymer concrete manhole 34
c. Grade rings 35
d. Composite frame and cover 36
e. Crushed rock foundation 37
f. Piping and appurtenances 38
g. Piping supports 39
h. Nuts, bolts and gaskets 40
i. Furnishing, placement and compaction of embedment 41
40 06 65 - 2
SWING CHECK VALVES
Page 2 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
j. Furnishing, placement and compaction of backfill 1
k. Ductile Iron Fittings 2
l. Resilient seated gate valve 3
m. Swing check valve 4
n. Drain piping and valve 5
o. Backfill 6
p. Pavement removal 7
q. Hauling 8
r. Disposal of excess material 9
s. Placement and compaction of backfill 10
t. Clean-up 11
u. Cleaning 12
v. Testing 13
1.3 REFERENCES 14
A.Abbreviations and Acronyms 15
B. Definitions 16
C. Reference Standards 17
1. Reference standards cited in this specification refer to the current reference standard 18
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. American Water Works Association (AWWA): 21
a. C508, Swing-Check Valves for Waterworks Service, 2-In. through 24-In. 22
b. C550, Protective Interior Coatings for Valves and Hydrants. 23
3. NSF International (NSF): 24
a. 61, Drinking Water System Components - Health Effects. 25
1.4 ADMINISTRATIVE REQUIREMENTS 26
1.5 SUBMITTALS 27
A.Submittals shall be in accordance with Section 01 33 00. 28
B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 29
specials. 30
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31
A.Product Data 32
1. Swing Check Valve 33
a. Pressure rating 34
b. Coating system 35
c. Dimensions, weights, material list, detailed drawings 36
d. Joint type 37
e. Maximum torque recommended by manufacturer for the valve size 38
2. Instructions for field repair of fusion bonded epoxy coating 39
3. Gaskets 40
B. Certificates 41
40 06 65 - 3
SWING CHECK VALVES
Page 3 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. Furnish an affidavit certifying all Swing Check Valves meet the provisions of this 1
Section, all inspections have been made and that all tests have been performed in 2
accordance with AWWA C508. 3
2. Furnish an affidavit certifying Swing Check Valve manufacturer has 5 years 4
experience manufacturing Swing Check Valves of similar service and size with 5
experience record. 6
3. Furnish an affidavit certifying Swing Check Valve manufacturer owns or controls 7
any foreign factory/foundry that supplies valve casings and can certify that the 8
Swing Check Valve manufacturer is in control of quality control at the foreign 9
factory/foundry. 10
1.7 CLOSEOUT SUBMITTALS 11
A.Operation and Maintenance Data 12
1.8 MAINTENANCE MATERIAL SUBMITTALS 13
1.9 QUALITY ASSURANCE 14
A.Qualifications 15
1. Manufacturers 16
a. Valves shall be the product of 1 manufacturer. 17
b. Valves shall be in accordance with AWWA C508. 18
c. Swing check valves shall be new. 19
d. Valve manufacturer shall not have less than 5 years of successful experience 20
making Swing Check Valves of similar size and service and be able to 21
demonstrate an experience record that is satisfactory to the City. 22
e. Casings for Swing Check Valve, such as valve body, and plug, that are not 23
manufactured within the United States of America, shall be manufactured by 24
factories/foundries that are owned or controlled (partial ownership) such that 25
the Valve Manufacturer can control and guarantee quality at the foreign 26
factory/foundry. 27
1.10 DELIVERY, STORAGE, AND HANDLING 28
A.Storage and Handling Requirements 29
1. Protect all parts so that no damage or deterioration will occur during a prolonged 30
delay from the time of shipment until installation is completed and the units and 31
equipment are ready for operation. 32
2. Protect all equipment and parts against any damage during a prolonged period at the 33
site. 34
3. Protect the finished surfaces of all exposed flanges with wooden blank flanges. 35
4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 36
5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 37
extremes in temperature. 38
6. Secure and maintain a location to store the material in accordance with Section 01 39
66 00. 40
40 06 65 - 4
SWING CHECK VALVES
Page 4 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.11 SITE CONDITIONS [NOT USED] 1
1.12 WARRANTY [NOT USED] 2
PART 2 - PRODUCTS 3
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4
2.2 MATERIALS 5
A.Swing Check Valves 6
1. Manufacturer List 7
a. Crispin SWC, outside weight and lever, air cushioned 8
b. Any product that is not listed above is considered a substitution and shall be 9
submitted in accordance with Section 01 25 00. 10
2. Description 11
a. Regulatory Requirements 12
b. Sustainability Characteristics 13
3. Performance / Design Criteria 14
a. Capacities 15
4. Operation 16
a. Operators 17
b. Controls 18
c. Operation Sequences 19
5. Materials 20
a. Valve Body 21
1) Ductile Iron ASTM A536 Grade 65-45-12 22
b. Disc 23
1) Buna-N (NBR) ASTM D 2000-B6 24
c. Nuts, Bolts, and Studs 25
1) Type 316 Stainless Steel 26
d. The check valves shall work without damage to the check valve over the entire 27
range of operating conditions. Slamming shut of the check valve will not be 28
allowed. If slamming occurs the contractor shall adjust the valve accordingly. 29
e. Valve closure shall be dampened by means of air cushion. 30
f. The valve disc shall be of one piece construction, precision molded with an 31
integral o-ring type sealing surface and contain alloy steel and nylon 32
reinforcement in the flexible hinge area. 33
g. The valve body shall have full flow equal to nominal pipe diameter at all points 34
through the valve. The seating surface shall be on a 45° angle to minimize disc 35
travel. The top access point shall be full size, allowing removal of the disc 36
without removing the valve from the pipeline. The access cover shall be domed 37
in shape, to allow the disc to be fully operational in lines containing high solids 38
content. 39
h. Backflow capabilities shall be available by means of a screw type backflow 40
actuator. The actuator shall be factory installed. 41
i. The valve shall be cycle tested 1,000,000 times with no signs of wear or 42
distortion to the valve disc or seat and shall remain drop tight at both high and 43
low pressures. The test results shall be independently certified. 44
40 06 65 - 5
SWING CHECK VALVES
Page 5 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
6. Finishes 1
a. The exterior and interior of the valve shall be coated with a fusion bonded 2
epoxy coating in accordance with AWWA C550, ANSI/NSF 61, Section 09 91 3
00, and in a color selected by City. 4
B. Polymer Concrete Manhole 5
1. In accordance with Section 33 39 21. 6
C. Frame, Cover, and Grade Rings 7
1. In accordance with Section 33 05 13. 8
D.Ductile Iron Piping and Fittings 9
1. In accordance with Sections 33 11 10 and 33 11 11. 10
E. Nuts, Bolts, and Gaskets 11
1. In accordance with Section 33 11 05. 12
F. Resilient Seated Gate Valve 13
1. In accordance with Section 33 12 20. 14
G.Drain Piping and Ball Valve 15
1. 316 stainless steel schedule 80 threaded piping. 16
2. 316 stainless steel quarter turn threaded ball valve. 17
H.Crushed Rock Gravel Bed 18
1. In accordance with Section 33 05 10. 19
I. Backfill and Embedment 20
1. Same as pipeline backfill and embedment in accordance with Section 33 05 10. 21
2.3 ACCESSORIES [NOT USED] 22
2.4 SOURCE QUALITY CONTROL [NOT USED] 23
PART 3 - EXECUTION 24
3.1 INSTALLERS [NOT USED] 25
3.2 EXAMINATION [NOT USED] 26
3.3 PREPARATION [NOT USED] 27
3.4 INSTALLATION 28
A.All work shall be performed by skilled craftsmen qualified to perform the required work 29
in a manner comparable with the best standards of practice and in accordance with 30
manufacturer’s recommendations. 31
B. Assemble vault, piping, valves, and appurtenances as indicated in the Drawings. 32
40 06 65 - 6
SWING CHECK VALVES
Page 6 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
3.5 REPAIR [NOT USED] 1
3.6 RE-INSTALLATION [NOT USED] 2
3.7 SITE QUALITY CONTROL [NOT USED] 3
3.8 SYSTEM STARTUP [NOT USED] 4
3.9 ADJUSTING [NOT USED] 5
3.10 CLEANING [NOT USED] 6
3.11 CLOSEOUT ACTIVITIES [NOT USED] 7
3.12 PROTECTION [NOT USED] 8
3.13 MAINTENANCE [NOT USED] 9
3.14 ATTACHMENTS [NOT USED] 10
END OF SECTION 11
40 61 00 - 1
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 1 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 61 00 1
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS 2
PART 1 - GENERAL 3
1.1 SCOPE OF WORK 4
A. Furnish all labor, materials and equipment required to provide, install, test and make 5
operational, a Process Instrumentation and Control System as specified herein and 6
related specifications, and as shown on the Drawings. 7
B. The work shall include furnishing, installing and testing the equipment and materials 8
detailed in each Section of Division 40 Process Control System Sections. Cordinate 9
with the Owner for the purchase of the HSQ RTU equipment as specified. 10
C. Throughout the Process Control System Sections of Division 40, the term Contractor 11
shall refer to the General Contractor. 12
D. Equipment furnished as a part of other Divisions and shown on the Instrumentation 13
and/or Electrical Drawings shall be integrated into the overall Instrumentation System 14
under the Process Control System Sections of this Division. Instrumentation specified 15
in other Divisions shall meet the Specification requirements of the Process Control 16
System Sections of this Division. 17
E. The Contractor shall provide the services of specialized personnel that meet all of the 18
qualifications of a Process Control Systems Integrator (PCSI) who shall perform all 19
work necessary to select, furnish, configure, customize, debug, install, connect, 20
calibrate, and place into operation all process control system instrumentation hardware 21
specified within this Division, except for application software programming, which is 22
specified for Programmable Logic Controllers (PLCs), as described in Section 40 68 60 23
Application Services Provider. The PCSI shall coordinate with the Owner/ Engineer 24
and ASP, for all scheduling, installation, and startup services. The PCSI shall have 25
qualifications as described herein. The personnel meeting these qualifications shall be 26
submitted as part of the project plan submittal as described below. The personnel need 27
not be direct employees of the contractor but shall be employed by a firm with a direct 28
subcontract to the contractor. 29
F. The Contractor shall provide the services of an Application Services Provider (ASP) for 30
all work as specified in Section 40 68 60. The ASP shall have qualifications as 31
described herein. 32
G. The Contractor shall coordinate, and schedule all required testing with the General 33
Contractor, Owner, Engineer, PCSI and ASP. 34
H. The work shall include the following: 35
1. Make connections, including field connections and interfacing between 36
instrumentation, controllers, control devices, control panels and instrumentation 37
furnished under other Divisions. The Contractor shall coordinate his construction 38
schedule and instrumentation and control interface with the supplier of 39
instrumentation and control equipment specified under other Divisions. 40
40 61 00 - 2
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 2 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. Make wiring terminations for all field-mounted instruments furnished and mounted 1
under other Divisions, including process instrumentation primary elements, 2
transmitters, local indicators and control panels. Install vendors furnished cables 3
specified under other Divisions. 4
3. Auxiliary and accessory devices necessary for system operation or performance to 5
interface with existing equipment or equipment provided by other suppliers under 6
other Sections of these specifications, shall be included whether they are shown on 7
the Drawings. These devices include, but are not limited to, transducers, current 8
isolators, and signal conditioners, interposing relays or protocol converters. 9
4. System design shall allow the removal of individual devices from service without 10
disrupting other unrelated devices in service. 11
5. Equipment shall be fabricated, assembled, installed, and placed in proper operating 12
condition in full conformity with detail drawings, specifications, engineering data, 13
instructions, and recommendations by the equipment manufacturer as approved by 14
the Engineer. 15
6. Actual installation of the system need not be performed by the Contractor’s PCSI 16
employees; however, the PCSI shall provide the on-site technical supervision of the 17
installation. 18
7. The PCSI shall furnish equipment which is the product of one manufacturer to the 19
maximum practical extent. Where this is not practical, all equipment of a given type 20
shall be the product of one manufacturer. 21
8. All materials, equipment, labor, and services necessary to achieve the monitoring 22
and control functions described herein shall be provided in a timely manner so that 23
the monitoring and control functions are available when the equipment is ready to 24
be placed into service. 25
1.2 RELATED WORK 26
A. Wherever references are made to Related Work in other Specification Sections of the 27
Specifications, the Contractor is to provide such information or work as may be 28
required in those references and include such information or work as may be specified. 29
B. All Instrumentation work related to Process and Mechanical Divisions equipment that is 30
shown on the Instrumentation Drawings shall be provided under Division 40 Process 31
Control System Sections unless otherwise explicitly shown. 32
C. All instrumentation Equipment and work provided under any Division of the 33
Specifications shall fully comply with the requirements of Division 40 Process Control 34
Systems Sections. 35
D. No references are made to any other section which may contain work related to any 36
other section. The Contract Documents shall be taken as a whole, with every section 37
related to every other section as required to meet the requirements specified. The 38
organization of the Contract Documents into specification divisions and sections is for 39
organization of the documents themselves and does not relate to the division of 40
suppliers or labor which the Contractor may choose to employ in the execution of the 41
Contract. Where references are made to other Sections and other Divisions of the 42
Specifications, the Contractor shall provide such information or additional work as may 43
be required in those references and include such information or work as may be 44
specified. 45
E. Other Divisions 46
40 61 00 - 3
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 3 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. The Contractor shall be responsible for examining all Sections of the Specifications 1
and Drawings and shall determine the power and wiring requirements and shall 2
provide appurtenances, as required to provide a fully functioning process control 3
system. If the equipment requires added options, due to different equipment being 4
supplied, the Contractor shall furnish the additional appurtenances and/or wiring, 5
with no change in the Contract Price, and with no increase in Contract Time. 6
1.3 SUBMITTALS 7
A. Submittal Process 8
1. Submit Shop Drawings, in accordance with Division 1’s requirements, for 9
equipment, materials and all other equipment specified under each Instrumentation 10
Section of Division 40, except where specifically stated otherwise. An individually 11
packaged submittal shall be made for each Section and shall contain all the 12
information required by that Section, unless specifically directed otherwise by the 13
submittal requirements of that section. Partial submittals will not be accepted and 14
will be returned un-reviewed. 15
B. No submittals will be accepted for Section 40 61 00, except for the qualifications of the 16
Contractor’s PCSI and the Contractor’s ASP, as specified herein, and the Project Plan, 17
Schedule and Deviation List Submittal. 18
C. Each Section submittal shall be complete, contain all the items listed in the 19
Specification Section, and shall be clearly marked to indicate which items are 20
applicable on each cut sheet page. The Submittal shall list any exceptions to the 21
Specifications and Drawings, and the reason for such deviation. Shop drawings, not so 22
checked and noted, will be returned un-reviewed. 23
D. The Contractor shall check shop drawings for accuracy and Contract Requirements 24
prior to submittal to the Engineer. Errors and omissions on approved shop drawings 25
shall not relieve the Contractor from the responsibility of providing materials and 26
workmanship required by the Specifications and Drawings. Shop drawings shall be 27
stamped with the date checked and a Statement indicating that the shop drawings 28
conform to Specifications and Drawings. Only one Specification Section submittals will 29
be allowed per transmittal unless sections are indicated for grouping in the individual 30
sections. 31
E. Material shall not be ordered or shipped until the shop drawings have been approved. 32
No material shall be ordered, or shop work started if shop drawings are marked 33
"APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT" or 34
"NOT APPROVED". 35
F. Shop Drawings, O&M Manuals, and other documentation shall be submitted as listed in 36
each of the individual Instrumentation Specification Sections. 37
1. Submit operations and maintenance data for equipment furnished under this 38
Division, in accordance with Division 1. The manuals shall be prepared specifically 39
for this installation and shall include catalog data sheets, drawings, equipment lists, 40
descriptions, parts lists and operating and maintenance instructions. 41
2. Manuals shall include the following as a minimum: 42
a. A comprehensive index. 43
b. A complete "As-Built" set of approved shop drawings. 44
c. A complete list of the equipment supplied, including serial numbers, ranges and 45
pertinent data. 46
40 61 00 - 4
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 4 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
d. A table listing of the "as left" settings for all timing relays and alarm and trip 1
setpoints. 2
e. System schematic drawings "As-Built", illustrating all components, piping and 3
electric connections of the systems supplied under this Division. 4
f. Detailed service, maintenance and operation instructions for each item supplied. 5
g. Special maintenance requirements particular to this system shall be clearly 6
defined, along with special calibration and test procedures. 7
h. The operating instructions shall also incorporate a functional description of the 8
entire system, with references to the system’s schematic drawings and 9
instructions. 10
i. Complete parts list with stock numbers, including spare parts. 11
G. Record Drawings shall be promptly furnished when the equipment installation is 12
complete. Payment will be withheld until Record Drawings have been furnished and 13
approved. The PCSI shall provide markups on all Process and Instrumentation Contract 14
Drawings. 15
H. At the time of delivery of the equipment, the Contractor shall have an approved shop 16
drawing in his possession for the Owner’s Inspector and Owner’s Engineer’s 17
verifications. 18
I. Project Plan, Schedule and Deviation List Submittal 19
1. Submit, as soon as possible following PCSI’s receipt of Notice to Proceed, a Project 20
Plan, Schedule and Deviation List Submittal. The Project Plan, Schedule and 21
Deviation List Submittal shall be made and approved before any further submittals 22
will be accepted and prior to scheduling of the first PCSI coordination meeting. The 23
Project Plan, Schedule and Deviation List Submittal shall, as a minimum, contain 24
the following: 25
a. Overview of the Process Control System, clearly describing the PCSI’s 26
understanding of the project work and interfaces to other systems; and 27
including a preliminary system architecture drawing and proposed project work 28
schedule detailing all PCSI’s work activities. Description of PCSI’s 29
understanding of the work shall be an original write-up authored by the PCSI. 30
Copying of the Scope of Work included herein or utilizing contract drawings in 31
any form shall not be acceptable. 32
b. Approach to work clearly describing how the PCSI intends to execute the work, 33
including detailed discussion of switchover, startup, replacement of existing 34
equipment with new, and other tasks as required by these specifications as 35
applicable. 36
c. Preliminary HMI software, PLC software, and PLC hardware list submittal 37
information shall be included solely for determining compliance with the 38
requirements of the Contract Documents prior to beginning development of 39
application programming. Review and approval of software and hardware 40
systems as part of this Project Plan stage shall not relieve the PCSI of meeting 41
all the functional and performance requirements of the system as specified 42
herein. Substitution of manufacturer or model of these systems after the 43
submittal is approved shall not be permitted without prior Engineer approval. 44
d. Details of personnel assigned to the project and organizational structure 45
including the PCSI’s project manager, project engineer, and lead project 46
technicians. Include resumes of each key individual and specify in writing their 47
commitment to this project. 48
e. Preliminary coordination meeting agendas as specified herein. 49
40 61 00 - 5
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 5 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
f. Preliminary training plan 1
g. Samples of shop drawings to be submitted in conformance with the 2
requirements of the Specifications shall be submitted. At a minimum include 3
samples of panel fabrication drawings, loop, and I/O wiring diagrams. 4
2. Exceptions to the Specifications or Drawings shall be clearly defined in a separate 5
Deviation List. The Deviation List shall consist of a paragraph-by-paragraph review 6
of the Specifications indicating acceptance or any proposed deviations, the reason 7
for exception, the exact nature of the exception and the proposed substitution so 8
that an evaluation may be made by the Engineer. The acceptability of any device or 9
methodology submitted as an "equal' or "exception" to the specifications shall be at 10
the sole discretion of the Engineer. If no exceptions are taken to the Specifications 11
or Drawings, the PCSI shall make a statement indicating so. If there is no statement 12
included by the PCSI, it shall be interpreted by the Engineer to mean that no 13
exceptions are taken. 14
3. A Project Schedule shall be prepared and submitted using an ISO/IEC 26300:2006 15
formatted file. The schedule shall be prepared in Gantt chart format clearly showing 16
task linkages for all tasks and identifying critical path elements. The PCSI’s 17
schedule shall be based on and coordinated with the Contractor’s and ASP’s 18
schedules and must meet all field installation, testing, and startup milestones in 19
those schedules. Updates to this schedule when approved shall be resubmitted for 20
record before each construction milestone, or every month whichever is greater 21
4. The PCSI schedule shall illustrate all major project milestones including the 22
following: 23
a. Schedule for all subsequent project submittals: include in the time allotment, 24
the time required for Contractor submittal preparation, Engineer's review, and a 25
minimum of two complete review cycles. 26
b. Proposed dates for all required project Coordination Meetings. 27
c. Hardware purchasing, fabrication, and assembly (following approval of related 28
submittals) 29
d. Software purchasing and configuration (following approval of related 30
submittals) 31
e. Shipment of all instrumentation and control system equipment 32
f. Installation of all instrumentation and control system equipment 33
g. Duration and dates for all required testing activities. The test schedule shall 34
include submittal of test procedures a minimum of 30 days prior to 35
commencement of testing. Schedule shall also include submittal of completed 36
documentation of testing activities for review and approval by the Engineer 37
prior to equipment shipment, startup, or subsequent project work. 38
h. The PCSI shall arrange the schedule to accommodate the requirements of the 39
ASP to develop, test, troubleshoot, and train the Owner’s staff on the PLC and 40
HMI application and systems. The timing of these coordination efforts shall be 41
jointly determined by the ASP and PCSI; however, the PCSI shall include all 42
necessary costs to accommodate the minimum time slots in their overall project 43
schedule. All time allotments shall exclude any legal holidays, or days lost due 44
to delays caused by the Contractor or PCSI. 45
i. Include a schedule for system cutover, startup, and/or placing in service for 46
each major system. At a minimum, include the schedule for each process 47
controller and HMI server/workstation provided under this Contract. 48
j. Schedule for all training including submittal and approval of O&M manuals, 49
factory training, and field training 50
40 61 00 - 6
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 6 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.4 REFERENCE CODES AND STANDARDS 1
A. Instrumentation equipment, materials and installation shall comply with the National 2
Electrical Code (NEC and with the latest edition of the following codes and standards: 3
1. National Electrical Safety Code (NESC) 4
2. Occupational Safety and Health Administration (OSHA) 5
3. National Fire Protection Association (NFPA) 6
4. National Electrical Manufacturers Association (NEMA) 7
5. American National Standards Institute (ANSI) 8
6. Insulated Cable Engineers Association (ICEA) 9
7. The International Society of Automation (ISA) 10
8. Underwriters Laboratories (UL) 11
9. UL 508, the Standard of Safety for Industrial Control Equipment 12
10. UL 508A, the Standard of Safety for Industrial Control Panels 13
11. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 14
12. NFPA 79, Electrical Standard for Industrial Machinery 15
13. Factory Mutual (FM) 16
14. All equipment and installations shall satisfy applicable Federal, State, and local 17
codes. 18
B. Where reference is made to one of the above standards, the revision in effect at the time 19
of bid opening shall apply. 20
C. All material and equipment, for which a UL standard exists, shall bear a UL label. No 21
such material or equipment shall be brought onsite without the UL label affixed. 22
D. If the issue of priority is due to a conflict or discrepancy between the provisions of the 23
Contract Documents and any referenced standard, or code of any technical society, 24
organization or association, the provisions of the Contract Documents shall take 25
precedence if they are more stringent or presumptively cause a higher level of 26
performance. If there is any conflict or discrepancy between standard specifications, or 27
codes of any technical society, organization or association, or between Laws and 28
Regulations, the higher performance requirement shall be binding on the Contractor, 29
unless otherwise directed by the Owner/Engineer. 30
E. In accordance with the intent of the Contract Documents, the Contractor accepts the fact 31
that compliance with the priority order specified shall not justify an increase in Contract 32
Price or an extension in Contract Time nor limit in any way, the Contractor's 33
responsibility to comply with all Laws and Regulations at all times 34
F. All control panels shall be constructed, and the labeling shall be affixed in a UL 508 35
facility. 36
1.5 PROCESS CONTROL SYSTEMS INTEGRATOR (PCSI) 37
A. The Contractor shall provide the services of a City of Fort Worth pre-approved Process 38
Control Systems Integrator (PCSI) for all work under the instrumentation sections of 39
this and related Divisions, as described in this section and related sections. 40
B. Where shown on the Bid Documents, the Contractor shall name the proposed PCSI. 41
Only approved suppliers, as listed herein, will be accepted. 42
40 61 00 - 7
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 7 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
C. Qualifications 1
1. The PCSI shall be a "systems house," regularly engaged in the design and 2
installation of control and instrumentation systems and their associated subsystems 3
as they apply to the municipal water or wastewater industry. For the purposes of 4
this and other applicable Divisions, a "systems house" shall be interpreted to mean 5
an organization that complies with all the following criteria: 6
2. Employs a registered professional Control Systems Engineer or Electrical Engineer 7
in the state of Texas to supervise or perform the work required by this Specification 8
Section. 9
3. Employs personnel on this project who have successfully completed a 10
manufacturer’s training course on the hardware configuration and implementation 11
of the specific programmable controllers, computers, and software proposed for this 12
project. This software includes but is not limited to Schneider Electric Control 13
Expert, Rockwell Automation Studio 5000, Ignition HMI and Schneider Electric 14
Viejo. 15
4. Has been in the water/wastewater industry performing the type of work specified in 16
this specification section for a minimum of five (5) continuous years. 17
5. The PCSI shall maintain a fully equipped office/production facility with full-time 18
employees capable of fabricating, configuring, installing, calibrating, 19
troubleshooting, and testing the system specified herein. Qualified repair personnel 20
shall be available and capable of reaching the facility within 24 hours. 21
6. PCSI shall have an Electrical Contractor’s license in the State of Texas. 22
D. The PCSI shall be one of the following: 23
1. Prime Controls 24
815 Office Park Circle 25
Lewisville, Texas 75057 26
Attn: Brian Poarch 27
Phone: 972.221.4849 28
2. Richardson Logic Control 29
8115 Hicks Hollow 30
McKinney, Texas 75071 31
Attn: Michel Cunningham 32
Phone: 972.542.7375 33
E. The listing of specific PCSI organizations above does not imply acceptance of their 34
products and capabilities that do not meet the specified ratings, features and functions. 35
PCSI’s listed above are not relieved from meeting these specifications in their entirety. 36
1.6 APPLICATION SERVICES PROVIDER (ASP) 37
A. The Contractor shall provide an Application Services Provider (ASP) for application 38
software programming for Programmable Logic Controllers (PLC) and Human 39
Machine Interface (HMI) computers and other equipment as specified. The ASP may be 40
drawn from within one of the listed PSCI’s forces. 41
B. All other programming, configuration, and integration, including but not limited to, 42
loading software for process devices, Ethernet configuration and communications shall 43
be by the PCSI as specified in other Sections. 44
C. Qualifications 45
40 61 00 - 8
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 8 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. The ASP shall perform all work necessary to configure, customize, debug, install, 1
connect, and place into operation all HMI and PLC software specified within this 2
Division and other related divisions. The ASP shall coordinate with the PCSI all 3
scheduling, installation, and startup services. 4
2. The ASP shall meet the following qualification and/or submit the following 5
documentation as specified: 6
a. Shall secure an independent performance bond and provide documentation of 7
same from a bonding agency. 8
b. Shall present an adequate Certificate of Insurance. 9
c. Shall submit resumes of team members with completed training and 10
certifications. 11
d. Shall submit a team organization chart. 12
e. Shall have completed five projects of this size or larger in dollar value and shall 13
provide project names, client name, and reference contacts of same. 14
f. Shall demonstrate five years of experience working on projects in water or 15
wastewater plant work. 16
g. Shall provide project names, client names, time period of work and reference 17
contacts 18
h. Staff proposed shall have all certifications as provided from the manufactures 19
of the equipment supplied. This software includes but is not limited to 20
Schneider Electric Control Expert, Rockwell Automation Studio 5000, Ignition 21
HMI and Schneider Electric Viejo. 22
i. ASP shall have an electrical or control systems professional engineer, licensed 23
in the State of Texas, on staff or under contract for this project. 24
j. ASP shall provide 24-hour Service Contract for the length of the warranty 25
period. The service contract requirements shall include telephone support as far 26
as possible. If necessary, ASP shall provide on-site support for correction of 27
any errors and/or omissions in order to fully meet all requirements of the 28
Contract Documents. 29
1.7 HAZARDOUS AREAS 30
A. Equipment, materials and installation in areas designated as hazardous on the Drawings 31
shall comply with NEC Articles 500, 501, 502 and 503. 32
B. Equipment and materials installed in hazardous areas shall be UL listed for the 33
appropriate hazardous area classification. 34
1.8 CODES, INSPECTION AND FEES 35
A. Equipment, materials and installation shall comply with the requirements of the local 36
authority having jurisdiction. 37
B. Obtain all necessary permits and pay all fees required for permits and inspections. 38
1.9 SIZE OF EQUIPMENT 39
A. Investigate each space in the structure through which equipment must pass to reach its 40
final location. Coordinate shipping splits with the manufacturer to permit safe handling 41
and passage through restricted areas in the structure. 42
B. The equipment shall always be kept upright during storage and handling. When 43
equipment must be tilted for passage through restricted areas, brace the equipment to 44
ensure that the tilting does not impair the functional integrity of the equipment. 45
40 61 00 - 9
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 9 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.10 RECORD DRAWINGS 1
A. As the work progresses, legibly record all field changes on a set of Project Contract 2
Drawings, hereinafter called the "Record Drawings". The Record Drawings and 3
Specifications shall be kept up to date throughout the project. 4
B. Record Drawings shall accurately show the installed condition of the following items: 5
1. One-line Diagram(s). 6
2. Raceways and pull boxes. 7
3. Conductor sizes. 8
4. Panel Schedule(s). 9
5. Control Wiring Diagram(s) including all wire tags. 10
6. Process Instrumentation Diagram(s) 11
7. Mounting Details 12
C. Submit a typical example of a schedule of control wiring raceways and wire numbers, 13
including the following information: 14
1. Circuit origin, destination and wire numbers. 15
2. Field wiring terminal strip names and numbers with field connection wire color. 16
D. As an alternate, submit a typical example of point-to-point connection diagrams 17
showing the same information, may be submitted in place of the schedule of control 18
wiring raceways and wire numbers. 19
E. Submit the record drawings and the schedule of control wiring raceways and wire 20
numbers (or the point-to-point connection diagram) to the Owner/Engineer. 21
F. The Contractor’s retainage shall not be paid until the point-to-point connection 22
diagrams have been furnished to the Owner/Engineer. 23
1.11 EQUIPMENT INTERCONNECTIONS 24
A. Review shop drawings of equipment furnished under other related Divisions and 25
prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of 26
wiring diagrams or tables with Record Drawings. 27
B. Furnish and install all equipment interconnections. 28
1.12 MATERIALS AND EQUIPMENT 29
A. Materials and equipment shall be new, except where specifically identified on the 30
Drawings to be re-used. 31
B. The Contractor shall not bring onsite, material or equipment from a manufacturer, not 32
submitted and approved for this project. Use of any such material or equipment, will be 33
rejected, removed and replaced by the Contractor, with the approved material and 34
equipment, at his own expense. 35
C. Material and equipment shall be UL listed, where such listing exists. 36
D. The Contractor shall be responsible for all material, product, equipment and 37
workmanship being furnished by him for the duration of the project. He shall replace 38
the equipment if it does not meet the requirements of the Contract Documents. 39
40 61 00 - 10
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 10 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.13 DELIVERY, STORAGE AND HANDLING 1
A. Equipment shall be handled and stored in accordance with manufacturer's instructions. 2
Two (2) copies of these instructions shall be included with the equipment at time of 3
shipment and shall be made available to the Contractor and Owner. 4
B. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups 5
shall be bolted to skids. Accessories shall be packaged and shipped separately. 6
C. Equipment shall be equipped to be handled by crane. Where cranes are not available, 7
equipment shall be suitable for skidding in place on rollers using jacks to raise and 8
lower the groups. 9
D. Equipment shall be installed in its permanent, finished location shown on the Drawings 10
within seven (7) calendar days of arriving onsite. If the equipment cannot be installed 11
within seven (7) calendar days, the equipment shall not be delivered to the site, but 12
stored offsite, at the Contractor’s expense, until such time that the site is ready for 13
permanent installation of the equipment. 14
E. Where space heaters are provided in equipment or control panels, provide temporary 15
electrical power and operate space heaters during jobsite storage and after equipment is 16
installed in permanent location, until equipment is placed in service. 17
1.14 WARRANTIES 18
A. Manufacturer’s warranties shall be as specified in each of the Specification Sections. 19
1.15 EQUIPMENT IDENTIFICATION 20
A. Identify equipment (control panels, control stations, instruments, etc) furnished under 21
instrumentation sections of Division 40 with the name of the equipment it serves. 22
Control panels, Instruments, meters junction or terminal boxes, etc, shall have 23
nameplate designations as shown on the Drawings. 24
B. Nameplates shall be engraved, laminated impact acrylic, black lettering on a white 25
background, matte finish, not less than 1/16-in thick by 3/4-in by 2-1/2-in, Rowmark 26
322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 27
4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double 28
faced adhesive strips, TESA TUFF TAPE 4970, .009 X ½”, no equal. Prior to installing 29
the nameplates, the metal surface shall be thoroughly cleaned, with a 70% alcohol 30
solution, until the metal surface residue has been removed. Epoxy adhesive or foam 31
tape is not acceptable. 32
40 61 00 - 11
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 11 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
PART 2 - PRODUCTS (NOT USED) 1
PART 3 - EXECUTION 2
3.1 COORDINATION MEETINGS 3
A. The PCSI shall schedule and administer a minimum of one mandatory Coordination 4
Meetings. The PCSI shall make arrangements for meetings; prepare agendas and 5
distribute copies to participants at least one (1) week before scheduled meetings. The 6
meetings shall be held at the Contractor’s field office at the site and shall include, as a 7
minimum, attendance by the Owner, Engineer, Contractor’s Project Engineer, ASP’s 8
Project Engineer, PCSI’s Project Engineer, and the Electrical Subcontractor. 9
1. The first coordination meeting shall be held in advance of the first PCSI shop 10
drawing submittals (Project Plan and I/O List). The purpose of the first meeting 11
shall be for the PCSI to: 12
a. Summarize their understanding of the project 13
b. Discuss any proposed substitutions or alternatives 14
c. Schedule testing and delivery milestone dates 15
d. Provide a forum for the PCSI and Owner to coordinate hardware and software 16
related issues 17
e. Request any additional information required from the Owner and/or Engineer. 18
f. The PCSI shall bring a draft version of shop drawings to the meeting to provide 19
the basis for the Owner’s and Engineer's input into their development. 20
3.2 INTERPRETATION OF DRAWINGS 21
A. Raceways and conductors for instrumentation, communications and other 22
miscellaneous low voltage power and signal systems as specified not shown on the 23
Drawings shall be provided as required for a complete and operating system. 24
B. The PCSI shall terminate all conductors of instrumentation systems to RTU and/or PLC 25
Termination Cabinets, where designated on the Drawings. The conduit and wire, as 26
shown on the electrical interface drawings, may not necessarily be shown on the floor 27
plan. 28
C. Install conductors carrying low voltage signals (typically twisted shielded pair cables) 29
in raceways totally separate from all other raceways containing power or 120 volt 30
control conductors, Refer to NEC article 725. DC and AC control wiring shall be 31
installed in separate raceways. 32
D. Redesign of electrical or mechanical work, which is required due to the Contractor's use 33
of a pre-approved alternate instrumentation or control item, or arrangement of 34
equipment and/or layout other than specified herein, shall be done by the Contractor at 35
his/her own expense. Redesign and detailed plans shall be submitted to the 36
Owner/Engineer for approval. No additional compensation will be provided for changes 37
in the work, either his/her own or others, caused by such redesign. 38
3.3 INSTRUMENTATION EQUIPMENT PADS AND SUPPORTS 39
A. Equipment pads and supports, of concrete or steel including structural reinforcing and 40
foundations, are shown on the Structural Drawings. 41
40 61 00 - 12
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 12 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
3.4 INSTALLATION 1
A. Any work not installed according to the Drawings and this Section shall be subject to 2
change as directed by the Owner/Engineer. No extra compensation will be allowed for 3
making these changes. 4
B. All dimensions shall be field verified at the job site and coordinated with the work of all 5
other trades. 6
C. Equipment shall always be protected against mechanical injury or damage by water. 7
Equipment shall not be stored outdoors. Equipment shall be stored in dry permanent 8
shelters as required by each Specification Section. Do not install equipment in its 9
permanent location until structures are weather-tight. If any apparatus has been subject 10
to possible injury by water, Equipment shall be thoroughly dried out and tested as 11
directed by the Owner/Engineer or shall be replaced at no additional cost at the 12
Owner/Engineer's discretion. 13
D. Equipment that has been damaged shall be replaced or repaired by the equipment 14
manufacturer, at the Owner/Engineer's discretion. 15
E. Repaint any damage to the factory applied paint finish using touch-up paint furnished 16
by the equipment manufacturer. If the metallic portion of the panel or section is 17
damaged, the entire panel or section shall be replaced, at no additional cost to the 18
Owner. 19
3.5 MANUFACTURER’S SERVICE 20
A. Provide manufacturer's services for testing and start-up of the equipment as listed in 21
each individual Specification Section. 22
B. Testing and startup shall not be combined with training. Testing and start-up time shall 23
not be used for manufacturer’s warranty repairs. 24
C. Check interlocking, control and instrument wiring for each system and/or part of a 25
system to prove that the system will function properly as indicated by schematics, 26
wiring diagrams and Control Descriptions. 27
D. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks 28
in advance. Provide qualified test personnel, instruments and test equipment. 29
E. Refer to the individual Instrumentation Equipment Sections for additional specific 30
testing requirements. 31
F. Make all adjustments to the systems and instruct the Owner's personnel in the proper 32
operation of the systems. 33
3.6 TESTING 34
A. Test systems and equipment furnished under Division 40 Process Control System 35
Sections and repair or replace all defective work. Make any adjustments to the systems 36
and instruct the Owner’s personnel in the proper operation of the systems. 37
B. Make the tests and checks prior to energizing instrumentation equipment in accordance 38
with Section 40 61 21, and the individual Specification sections. 39
C. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks 40
in advance. Provide qualified test personnel, instruments and test equipment, including 41
manufacturer’s services, as specified in the individual Specification sections. 42
40 61 00 - 13
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 13 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
D. Where test reports show unsatisfactory results, the Owner/Engineer will require the 1
removal of all defective or suspected materials, equipment and/or apparatus, and their 2
replacement with new items, all at no cost to the Owner. The Contractor shall bear all 3
cost for any retesting. 4
3.7 TRAINING 5
A. The Contractor shall provide training as specified in Section 40 61 60. 6
7
END OF SECTION 8
9
40 61 00 - 14
PROCESS CONTROL SYSTEMS GENERAL PROVISIONS
Page 14 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
THIS PAGE INTENTIONALLY LEFT BLANK 1
40 61 96 - 1
PROCESS CONTROL DESCRIPTIONS
Page 1 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 61 96 1
PROCESS CONTROL DESCRIPTIONS 2
PART 1 - GENERAL 3
1.1 SCOPE OF WORK 4
A. This Section provides the detailed requirements for the programming of the Process 5
Control System Application (both HSQ HMI and PLC programming) by the 6
Applications Services Providers (PLC ASP and HMI ASP) for the Lift Station. 7
B. Refer to specification section 40 68 60 for additional information. 8
1.2 RELATED WORK 9
A. No references are made to any other section which may contain work related to any 10
other section. The Contract Documents shall be taken as a whole, with every section 11
related to every other section as required to meet the requirements specified. The 12
organization of the Contract Documents into specification divisions and sections is for 13
organization of the documents themselves and does not relate to the division of 14
suppliers or labor which the Contractor may choose to employ in the execution of the 15
Contract. Where references are made to other Sections and other Divisions of the 16
Specifications, the Contractor shall provide such information or additional work as may 17
be required in those references and include such information or work as may be 18
specified. 19
1.3 SUBMITTALS 20
A. Refer to Specification Sections 40 61 00 Process control Systems General Provisions 21
and 40 68 60 Application Services. 22
PART 2 - PRODUCTS (NOT APPLICABLE) 23
PART 3 - EXECUTION 24
3.1 GENERAL REQUIREMENTS AND DEFINITIONS 25
A. The following represent the general “performance” requirements for all control loops. 26
These Process Control Descriptions shall be used in conjunction with all project 27
drawings and the required ASP workshops in determining the specific controls required. 28
B. Alarms 29
1. The alarms described herein shall be provided for all devices described below 30
whether the alarm described herein is shown on the Process and Instrumentation 31
Diagrams (P&IDs) or not. 32
a. For all controlled devices such as pumps, motorized equipment, or any device, 33
currently under control by the PLC, that generates a start/stop, or on/off, and has 34
one or two discrete feedback state signals, provide an equipment discrepancy 35
alarm. 36
b. The discrepancy alarm shall be generated in the PLC when a device receives a 37
change of state discrete command signal from the PLC, and the device feedback 38
state does not match the commanded state within a preset time frame. 39
40 61 96 - 2
PROCESS CONTROL DESCRIPTIONS
Page 2 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
c. The equipment discrepancy alarm generated by the PLC shall be displayed and 1
alarmed at the HMI. 2
d. If, after attaining the commanded change of state, a device feedback state does 3
not match the commanded state, an equipment deviation alarm shall be generated 4
by the PLC. 5
e. The equipment deviation alarm generated by the PLC shall be displayed and 6
alarmed at the HMI. 7
f. After a deviation alarm occurs, the device cannot be restarted by the PLC until 8
the user has issued a reset at the HMI. 9
2. For all controlled valves or gates, currently under control by the PLC, that generate 10
an open/close and have one or two discrete open/closed feedback signals, provide an 11
equipment discrepancy alarm. 12
a. The discrepancy alarm shall be generated in the PLC when a device receives an 13
open/close discrete command signal from the PLC and the device feedback state 14
does not match the commanded state within a preset time. 15
b. The equipment discrepancy alarm generated by the PLC shall be displayed and 16
alarmed at the HMI. 17
c. If a device feedback state does not match the commanded state, after attaining 18
the commanded state, an equipment deviation alarm shall be generated by the 19
PLC. 20
d. The equipment deviation alarm generated by the PLC shall be displayed and 21
alarmed at the HMI. 22
e. After a deviation alarm occurs, the device cannot be restarted by the PLC until 23
the user has issued a reset at the HMI. 24
3. For all analog modulating valves, currently under control by the PLC, that generate 25
an analog state request and have a position feedback signal, provide an equipment 26
discrepancy alarm. 27
a. The discrepancy alarm shall be generated in the PLC when a valve receives a 28
signal to open or close to a specific position and the position feedback signal does 29
not indicate the desired position, plus or minus a dead band, within a preset time 30
period. 31
b. The equipment discrepancy alarm generated by the PLC shall be displayed and 32
alarmed at the HMI. 33
c. If a device feedback position does not match the commanded position, after 34
attaining the commanded position, plus or minus a dead band, a deviation alarm 35
shall be generated by the PLC. 36
d. The equipment deviation alarm shall be displayed and alarmed at the HMI. 37
e. After a deviation alarm occurs, the valve cannot be moved again by the PLC until 38
the Operator has issued a reset at the HMI. 39
4. For all variable speed pumps, currently under control by the PLC, that generate an 40
analog speed request and have a speed feedback signal, provide an equipment 41
discrepancy alarm. 42
a. The discrepancy alarm shall be generated in the PLC when a Variable Frequency 43
Drive (VFD) receives a signal to increase or decrease speed, and the speed 44
feedback signal does not indicate the requested speed, plus or minus a dead band, 45
within a preset time period. 46
b. The equipment discrepancy alarm generated by the PLC shall be displayed and 47
alarmed at the HMI. 48
40 61 96 - 3
PROCESS CONTROL DESCRIPTIONS
Page 3 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
c. If a pump is off, and the pump is requested to run, and the pump does not start 1
within a preset time delay period after the request has been made, a pump 2
discrepancy alarm shall be generated by the PLC. 3
d. If a device feedback speed does not match the commanded speed, plus or minus 4
a dead band, after attaining the commanded speed, a deviation alarm is generated. 5
e. After a deviation alarm occurs, the pump cannot be controlled again by the PLC 6
until the user has issued a reset at the HMI. 7
5. Provide at least two high alarms and two low alarms for each analog input. The 8
quantities and types of alarms shall be configured for each input as appropriate. The 9
alarms generated by the PLC shall be displayed and alarmed at the HMI. To eliminate 10
excessive alarm reporting, the analog point shall remain in alarm until its value 11
returns to its alarm limit, plus or minus its alarm limit dead band. 12
6. All alarms shall be generated by the PLC. No alarms shall be calculated within the 13
HMI. 14
7. For each analog point, an alarm shall be generated in the PLC and displayed at the 15
HMI if the PLC detects a loss of signal. For analog points that are used for automatic 16
control, the last “good value” shall be used as the process variable until the alarm is 17
cleared. 18
8. For each analog point, if the value of the analog point is above or below the 19
instrument range, an out-of-range alarm shall be generated in the PLC and displayed 20
and alarmed at the HMI. 21
C. Interlocks 22
1. Interlocks described below are intended to detail hardware interlocks between 23
processes or sub-processes. The discussion below is not intended to detail the 24
interlocks associated within MCCs, VFDs, etc. For those details, please see the 25
manufacturer supplied information. 26
D. Tuning Parameters 27
1. All tuning parameters for each PID in the PLC shall be available at the server/ 28
workstations for monitoring and adjustment even if not shown on the P&IDs. Tuning 29
trends shall be provided to monitor the PID functions. However, these parameter 30
settings shall be password protected to allow access only to users who are given 31
clearance by the Owner. 32
E. Equipment Runtimes 33
1. Runtimes for all motorized equipment shall be totaled in the PLC and indicated at the 34
HMI with one-hour resolution even if not shown on the drawings. 35
2. The total runtime shall be reset from the HMI; however, this reset shall be password 36
protected to allow access only to users who are given clearance by the Owner. 37
3. A second accumulated runtime shall also be provided. The Operator shall not have 38
the capability to reset this accumulated runtime. 39
F. Historical Recording 40
1. All analog inputs shall be recorded historically even if not shown on the P&IDs. 41
G. Flow Totalization 42
1. All flows shall be totalized in the PLC. Yesterday’s total flow and today’s total flow 43
shall be indicated at the HMI even if not shown on the P&IDs . To eliminate errors 44
due to noise or calibration issues, flows will not be totalized when an associated valve 45
or pump is in the closed or off state. 46
40 61 96 - 4
PROCESS CONTROL DESCRIPTIONS
Page 4 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. The total flows shall have the ability to be reset from the HMI. However, this reset 1
shall be password protected to allow access only to users who are given clearance by 2
the Owner. 3
3.2 INDIVIDUAL CONTROL DESCRIPTIONS 4
A. The Lift station will consist of three pumps in a common wet well. The pump controls 5
are via Reduced Voltage Soft Starters 6
1. Overview 7
a. The Wet Well will have three submersible pumps with a common effluent 8
header. A common influent channel is connected to the incoming wastewater 9
manhole. All level instrumentation is installed within the wet well. 10
2. Control 11
a. All pumps can be operated in Local Manual, Remote (Computer) Manual, and 12
Remote (Computer) Auto as described above. When operating in Remote 13
(Computer) Auto the system will be programmed to provide Automatic Wet-14
well Level Control. Additionally, a flushing mode is to be incorporated that will 15
operate regardless of level as further described below. 16
b. Automatic Wet-well Level Control: 17
1) When the level in the wet-well reaches the start setpoint the Lead Pump 18
will start. If the level continues to rise to six inches above start level, then 19
the lag pump will be called to run. If a pump fails to start or fails to run, 20
the next pump in the sequence is started. 21
2) On a falling wet well level, at the stop setpoint all pumps are called to 22
stop. 23
3. Automatic Lead Lag selection 24
b. When all pumps are off, the PLC will perform an automatic Lead/Lag 25
rotation. The criteria for the rotation are: 26
1) The pump is in Remote Automatic mode. 27
2) The pump has no fault alarms indicated. 28
3) If a pump starter indicates a fault or is not in remote automatic it shall 29
not be included as an available pump. 30
2. At no time should more than two pumps be called to run. However, all pumps 31
should be included in the selection process if available. 32
3. The Lead/Lag rotation occurs when all pumps are confirmed stopped: 33
a. The pump that was the LEAD pump becomes the last LAG pump. 34
b. The pump that was the first LAG pump becomes the LEAD pump. 35
c. The other LAG pumps move up in the sequence. 36
4. Software Permissive 37
a. There are no software interlocks associated with this control description. 38
5. Hardwired Interlocks 39
a. The wet well level must be above five feet indication as per the low-level float 40
as hardwired interlock associated with this control description. If the wet well 41
has set the low-level alarm, then the level must rise to the next float set 42
approximately one foot above the low level to clear via the level control panel. 43
6. Calculated Alarms and Variables 44
a. No additional calculated alarms or variables are associated with this control 45
description. 46
40 61 96 - 5
PROCESS CONTROL DESCRIPTIONS
Page 5 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
7. Field Alarms 1
a. Refer to the P&IDs for field alarms associated with this control description. 2
8. Field Inputs and Outputs 3
a. Refer to the P&IDs for field input and output points associated with this control 4
description. 5
B. Flushing Sequence Control: 6
1. Twice each day at operator settable times a flushing sequence will be called to 7
execute. The sequence will call the Lead Pump to start and once confirmed that it is 8
running then the lag pump will be called to run. If a pump fails to start or fails to 9
run, the next pump in the sequence is started. The pumps will continue to run until 10
the level has dropped to below the stop level or a flushing timer has expired with an 11
initial setpoint of 15 minutes. 12
2. If the flushing the flushing shutoff level is reached before the flushing timer has 13
expired the timer will reset and end the flushing sequence. 14
3. If a level control sequence has occurred 12 hours or less from the time of a flushing 15
sequence then the flushing sequence maybe skipped 16
17
END OF SECTION 18
19
40 61 96 - 6
PROCESS CONTROL DESCRIPTIONS
Page 6 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
THIS PAGE INTENTIONALLY LEFT BLANK 1
40 63 00 - 1
PROGRAMMABLE LOGIC CONTROLLER
Page 1 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 63 00 1
PROGRAMMABLE LOGIC CONTROLLER 2
PART 1 - GENERAL 3
1.1 SCOPE OF WORK 4
A. This Section of the Specifications describes the requirements for Programmable Logic 5
Controllers (PLCs) to be furnished under other Sections of the Specifications as listed 6
in the Related Work paragraph of this Section. 7
B. All equipment described herein shall be submitted and furnished as an integral part of 8
equipment specified elsewhere in these Specifications. 9
1.2 RELATED WORK 10
A. No references are made to any other section which may contain work related to any 11
other section. The Contract Documents shall be taken as a whole with every section 12
related to every other section as required to meet the requirements specified. The 13
organization of the Contract Documents into specification divisions and sections is for 14
organization of the documents themselves and does not relate to the division of 15
suppliers or labor which the Contractor may choose to employ in the execution of the 16
Contract. Where references are made to other Sections and other Divisions of the 17
Specifications, the Contractor shall provide such information or additional work as may 18
be required in those references and include such information or work as may be 19
specified. 20
1.3 SUBMITTALS 21
A. Submittals for equipment specified herein shall be made as a part of equipment 22
furnished under other Sections. Individual submittals for equipment specified herein 23
will not be accepted and will be returned un-reviewed. 24
B. Submit catalog data for all items supplied from this specification Section as applicable. 25
Submittals shall include catalog data, functions, ratings, inputs, outputs, displays, etc., 26
sufficiently to confirm that the equipment provides every specified requirement. Any 27
options or exceptions shall be clearly indicated. 28
C. Submit catalog data sheets for all software licenses provided under this Specification 29
Section. 30
D. Operation and Maintenance Manuals. 31
1. Operation and Maintenance manuals shall include the following information: 32
a. Manufacturer’s contact address and telephone number for parts and service. 33
b. Instruction books and/or leaflets 34
c. Recommended renewal parts list 35
d. Record Documents for the information required by the Submittals above. 36
e. Copy of the software license data including serial numbers, license key, etc. 37
1.4 REFERENCE CODES AND STANDARDS 38
A. Instrumentation equipment, materials and installation shall comply with the National 39
Electrical Code (NEC and with the latest edition of the following codes and standards: 40
40 63 00 - 2
PROGRAMMABLE LOGIC CONTROLLER
Page 2 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. National Electrical Safety Code (NESC) 1
2. Occupational Safety and Health Administration (OSHA) 2
3. NEMA ICS 1-101 Diagrams, Designations and Symbols 3
4. ANSI/ISA-5.06.01-2007 - Functional Requirements Documentation for Control 4
Software Applications. 5
5. ISA-TR20.00.01-2001 - Specification Forms for Process Measurement and Control 6
Instruments Part 1: General Considerations Updated with 27 New Specification 7
Forms in 2004-2005. 8
6. ISA-5.4-1991 Instrument Loop Diagrams. 9
7. ISA-5.5-1985 Graphic Symbols for Process Displays. 10
8. ISA-5.1-1984 (R1992) Instrumentation Symbols and Identification. 11
9. ISA-5.3-1983 Graphic Symbols for Distributed Control/Shared Display 12
Instrumentation, Logic, and Computer Systems. 13
10. ISA-20-1981 Specification Forms for Process Measurement and Control 14
Instruments, Primary Elements, and Control Valves. 15
11. ISA-5.2-1976 (R1992) Binary Logic Diagrams For Process Operations. 16
12. NEMA ICS 6 Enclosures for Industrial Controls and Systems 17
13. National Fire Protection Association (NFPA) 18
14. National Electrical Manufacturers Association (NEMA) 19
15. American National Standards Institute (ANSI) 20
16. Insulated Cable Engineers Association (ICEA) 21
17. The International Society of Automation (ISA) 22
18. Underwriters Laboratories (UL) 23
19. UL 508, the Standard of Safety for Industrial Control Equipment 24
20. UL 508A, the Standard of Safety for Industrial Control Panels 25
21. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 26
22. NFPA 79, Electrical Standard for Industrial Machinery 27
23. Factory Mutual (FM) 28
24. NFPA 70 National Electrical Code (NEC) 29
25. NFPA 70E Standard for Electrical Safety in the Workplace 30
26. ANSI C37.90.2 Standard Withstand Capability of Relay Systems to Radiated 31
Electromagnetic Interference from Transceivers. 32
27. NEMA ICS 4 Terminal Blocks for Industrial Use. 33
28. NEMA LS1 Low Voltage Surge Protection Devices. 34
29. UL 1283 Standard for Safety-Electromagnetic Interference Filters. 35
30. UL 1449 Third Edition Surge Protective Devices 36
31. IEEE 1815-2012 - IEEE Standard for Electric Power Systems Communications-37
Distributed Network Protocol (DNP3) 38
32. All equipment and installations shall conform to applicable Federal, State, and local 39
codes. 40
B. All equipment shall comply with the requirements of the National Electric Code and 41
Underwriters Laboratories (UL) where applicable. 42
40 63 00 - 3
PROGRAMMABLE LOGIC CONTROLLER
Page 3 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
C. Each specified device shall also conform to the standards and codes listed in the 1
individual device paragraphs. 2
1.5 QUALITY ASSURANCE 3
A. The manufacturer of this equipment shall have produced similar equipment for a 4
minimum period of five (5) years. When requested by the Owner/Engineer, an 5
acceptable list of installations with similar equipment shall be provided demonstrating 6
compliance with this requirement. 7
B. Equipment submitted shall fit within the space or location shown on the Drawings. 8
Equipment which does not fit within the space or location is not acceptable. 9
C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 10
1.6 WARRANTY 11
A. The Manufacturer shall warrant the equipment to be free from defects in material and 12
workmanship for 2 years from date of acceptance of the equipment containing the items 13
specified in this Section. Within such period of warranty, the Manufacturer shall 14
promptly furnish all material and labor necessary to return the equipment to new 15
operating condition. Any warranty work requiring shipping or transporting of the 16
equipment shall be performed by the Contractor at no expense to the Owner. 17
1.7 COMMUNICATIONS PROTOCOL REQUIREMENTS 18
A. The PLC systems must communicate as shown on the plans and as described else ware 19
within the contract documents. The systems are to utilize and support the protocols as 20
described within this section. 21
1. Where shown or otherwise indicated Modbus TCP Protocol to have the following 22
as minimum capabilities as a minimum: 23
a. All data shall be available and/or mirrored within the Modbus 4x or "Holding 24
Register" memory area. The other areas can be optionally supported, but all 0x, 25
1x, and 3x data shall be readable and writable in the 4x memory area. For 26
digital writes, supports of single-bit writes (function 5) to the 0x area are 27
acceptable on a case by case basis. Products that require access to the 1x and 3x 28
area to operate are not acceptable; access to 1x/3x area shall be optional. 29
b. Register 4x00001 shall exist and be readable to allow simple, predictable 30
"communications tests". 31
c. Software tools shall function properly with slaves’ only supporting Modbus 32
functions 3, 4 and 16. Requiring support of diagnostic function 8 is not 33
acceptable. 34
d. Software tools shall be configurable to write a single register as either function 35
6 or 16. 36
e. Software tools shall allow setting the Modbus/TCP "Unit Id" to be a value other 37
than zero. This is required for Ethernet-to-Serial bridging. 38
2. Where indicated the PLC System shall communicate utilizing Ethernet/IP Protocol 39
with the following as minimum capabilities: 40
a. Transfer of basic I/O data via User Datagram Protocol (UDP)-based implicit 41
messaging 42
b. Uploading and downloading of parameters, setpoints, programs and recipes via 43
TCP (i.e., explicit messaging.) 44
c. Polled, cyclic and change-of-state monitoring via UDP, such as RPI and COS 45
in Allen Bradley's ControlLogix control systems. 46
40 63 00 - 4
PROGRAMMABLE LOGIC CONTROLLER
Page 4 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
d. One-to-one (unicast), one-to-many (multicast), and one-to-all (broadcast) 1
communication via TCP 2
e. Use of well-known TCP port number 44818 for explicit messaging and UDP 3
port number 2222 for implicit messaging. 4
3. For communications links indicated to use DNP3 provide the minimum of level 2 5
implementation for all devices. 6
PART 2 - PRODUCTS 7
2.1 PROGRAMMABLE LOGIC CONTROLLER 8
A. Subject to compliance with the Contract Documents, the following Manufacturers are 9
acceptable: 10
1. Schneider Electric M340 11
2. No Equal 12
B. The listing of specific manufacturers above does not imply acceptance of their products 13
that do not meet the specified ratings, features and functions as specified. 14
Manufacturers listed above are not relieved from meeting these specifications in their 15
entirety. The following table indicates the PLC used as the basis of design for each 16
location indicated. 17
18
PLC LOCATION PLC TYPE CONTROL PANEL ID
Lift Station M340 RTU
C. Where an existing PLC is to be modified or expanded as a part of this Contract, as 19
specified in Specification Section Process System Control Panels or as indicated on the 20
plans, the modified PLC is to meet the requirements and functionality of this Section. 21
D. Programming Languages 22
1. Each PLC shall support IEC Standard 61131-3 with all of the following 23
programming languages unless explicitly excluded within this section: 24
a. Ladder (LD) 25
b. Function Block Diagram (FBD) 26
c. Structured Text (ST) 27
2. Processor shall have a minimum IEC Program Memory size of 2048 KB. 28
E. Input / Output Capacity 29
1. Total Configurable Input / Output Capacity within the manufactures software 30
package for the device shall not be less than 1024. 31
2. Installed minimum physical Input / Output capacity shall not be less than the 32
following: 33
a. Analog Inputs – 8 34
b. Analog Outputs – 4 35
c. Discrete Inputs – 16 36
d. Discrete Outputs – 8 37
F. Physical Construction 38
40 63 00 - 5
PROGRAMMABLE LOGIC CONTROLLER
Page 5 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. The PLC shall be of a modular construction, consisting of a back plane or buss, 1
plug in modules for the processor, communication modules, I/O modules and 2
expansion modules. 3
2. The power supply shall be 24 Volt DC and shall be sized for the total of all installed 4
I/O fully loaded including the power requirement any spare I/0 slots. 5
3. Analog inputs and outputs shall be isolated physically and electronically from each 6
other and shall be of the 4-20ma type. 7
4. Discrete inputs shall be 24VDC and individually buffered with external single poll 8
form C relays. 9
5. Discrete outputs shall be individually buffered with external form C relays with the 10
number of polls as required. 11
6. Systems shall include as a minimum 1 Ethernet, 1 RS-485/232, or 1 USB 12
programming ports. 13
7. A separate Ethernet module shall be include for connection to the SCADA network. 14
This port should include distributed/remote I/O scanning capability utilizing the 15
protocol specified on the plans without the use of high-level logic programming. 16
G. Spare Equipment 17
1. Provide minimum of 20 percent wired spare I/O channels of each type provided. 18
2. Provide 1 spare card/module of each type provided, including CPU and power 19
supplies. 20
PART 3 - EXECUTION 21
3.1 INSTALLATION 22
A. All equipment specified herein shall be factory installed, programmed, field adjusted, 23
tested and cleaned as an integral part of equipment specified elsewhere in these 24
Specifications. 25
END OF SECTION 26
27
40 63 00 - 6
PROGRAMMABLE LOGIC CONTROLLER
Page 6 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
THIS PAGE INTENTIONALLY LEFT BLANK 1
40 66 00 - 1
COMMUNICATIONS INTERFACE EQUIPMENT
Page 1 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 66 00 1
COMMUNICATIONS INTERFACE EQUIPMENT 2
PART 1 - GENERAL 3
1.1 SCOPE OF WORK 4
A. This Section of the Specifications describes the requirements for Communications 5
Interface Equipment and Systems to be furnished under other Sections of the 6
Specifications as listed in the Related Work paragraph of this Section. 7
B. All equipment described herein shall be submitted and furnished as an integral part of 8
equipment specified elsewhere in the Related Work Specifications. 9
1.2 RELATED WORK 10
A. No references are made to any other section which may contain work related to any 11
other section. The Contract Documents shall be taken as a whole with every section 12
related to every other section as required to meet the requirements specified. The 13
organization of the Contract Documents into specification divisions and sections is for 14
organization of the documents themselves and does not relate to the division of 15
suppliers or labor which the Contractor may choose to employ in the execution of the 16
Contract. Where references are made to other Sections and other Divisions of the 17
Specifications, the Contractor shall provide such information or additional work as may 18
be required in those references and include such information or work as may be 19
specified. 20
1.3 SUBMITTALS 21
A. Submittals for equipment specified herein shall be made as a part of equipment 22
furnished under other Sections. Individual submittals for equipment specified herein 23
will not be accepted and will be returned un-reviewed. 24
B. Submit catalog data for all items supplied from this specification Section as applicable. 25
Submittals include catalog data, functions, ratings, inputs, outputs, displays, etc., 26
sufficient to confirm that the equipment provides every specified requirement. Any 27
options or exceptions shall be clearly indicated. 28
1.4 REFERENCE CODES AND STANDARDS 29
A. Instrumentation equipment, materials and installation shall comply with the National 30
Electrical Code (NEC and with the latest edition of the following codes and standards: 31
1. National Electrical Safety Code (NESC) 32
2. Occupational Safety and Health Administration (OSHA) 33
3. NEMA ICS 1-101 Diagrams, Designations and Symbols 34
4. ANSI/ISA-5.06.01-2007 - Functional Requirements Documentation for Control 35
Software Applications. 36
5. ISA-5.2-1976 (R1992) Binary Logic Diagrams For Process Operations. 37
6. NEMA ICS 6 Enclosures for Industrial Controls and Systems 38
7. National Fire Protection Association (NFPA) 39
8. National Electrical Manufacturers Association (NEMA) 40
40 66 00 - 2
COMMUNICATIONS INTERFACE EQUIPMENT
Page 2 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
9. American National Standards Institute (ANSI) 1
10. Insulated Cable Engineers Association (ICEA) 2
11. The International Society of Automation (ISA) 3
12. Underwriters Laboratories (UL) 4
13. UL 508, the Standard of Safety for Industrial Control Equipment 5
14. UL 508A, the Standard of Safety for Industrial Control Panels 6
15. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 7
16. NFPA 79, Electrical Standard for Control Panels and Industrial Machinery 8
17. Factory Mutual (FM) 9
18. NFPA 70 National Electrical Code (NEC) 10
19. NFPA 70E Standard for Electrical Safety in the Workplace 11
20. ANSI C37.90.2 Standard Withstand Capability of Relay Systems to Radiated 12
Electromagnetic Interference from Transceivers. 13
21. NEMA ICS 4 Terminal Blocks for Industrial Use. 14
22. NEMA LS1 Low Voltage Surge Protection Devices. 15
23. UL 1283 Standard for Safety-Electromagnetic Interference Filters. 16
24. UL 1449 Third Edition Surge Protective Devices 17
25. All equipment and installations shall conform to applicable Federal, State, and local 18
codes. 19
B. All equipment shall comply with the requirements of the National Electric Code and 20
Underwriters Laboratories (UL) where applicable. 21
C. Each specified device shall also conform to the standards and codes listed in the 22
individual device paragraphs. 23
1.5 QUALITY ASSURANCE 24
A. The manufacturer of this equipment shall have produced similar equipment for a 25
minimum period of five (5) years. When requested by the Owner/Engineer, an 26
acceptable list of installations with similar equipment shall be provided demonstrating 27
compliance with this requirement. 28
B. Equipment submitted shall fit within the space or location shown on the Drawings. 29
Equipment which does not fit within the space or location is not acceptable. 30
C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 31
1.6 WARRANTY 32
A. The Manufacturer shall warrant the equipment to be free from defects in material and 33
workmanship for 2 years from date of acceptance of the equipment containing the items 34
specified in this Section. Within such period of warranty, the Manufacturer shall 35
promptly furnish all material and labor necessary to return the equipment to new 36
operating condition. Any warranty work requiring shipping or transporting of the 37
equipment shall be performed by the Contractor at no expense to the Owner. 38
40 66 00 - 3
COMMUNICATIONS INTERFACE EQUIPMENT
Page 3 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
PART 2 - PRODUCTS 1
2.1 INDUSTRIAL ETHERNET SWITCH LAYER 3 MODULAR (TYPE A) 2
A. Subject to compliance with the Contract Documents, the following Manufacturers are 3
acceptable: 4
1. Extreme Networks 1600 Series 5
2. No Equal 6
B. The listing of specific manufacturers above does not imply acceptance of their products 7
that do not meet the specified ratings, features and functions. Manufacturers listed 8
above are not relieved from meeting these specifications in their entirety. 9
C. Environmental 10
1. Operating temperature: -40 Deg F to 167 Deg F 11
2. Operating humidity: 10 – 95% non-condensing 12
3. Storage Temperature: -13 to 185 Deg F 13
4. Electrical Classification: Intrinsically safe for UL 1602 Class I Division 2 A-D 14
locations 15
D. Physical 16
1. Enclosure: NEMA TS-2. Fully Modular construction 17
2. Power Supply: 120VAC from UPS source 18
2. Microprocessor based managed type. 19
3. Din rail mountable capability. 20
4. 19-inch rack mountable were shown in plans 21
E. Functional Performance 22
1. Per Port status LED indication. 23
2. Port based Ethernet MAC security individually port configurable. 24
3. Wire Speed switching, 16 Gigabit Switching Fabric. 25
4. HSRP Protocol Support. 26
5. Cisco Express Forwarding Hardware Routing Architecture. 27
6. SNMPv1, SNMPv2c, and SNMPv3 Support 28
7. 802.1d Spanning Tree Protocol Support 29
8. HTTPS accessible. 30
9. Common Industrial Protocol (CIP) Management Objects Support. 31
10 Smart Templates for Ethernet/IP 32
11. PROFINET v2 certification. 33
12. Alarm Contacts for external fault notification. 34
13. 10/100 BaseT ports with RJ-45 connectors for Category 5 cabling. 35
14. Switch Configuration on removable/ configurable via Flash Memory module. 36
15. LC type Fiber Optic Connectors for 100BaseFX, 1000BaseSX for Multimode Fiber 37
and 1000BaseLX for Single Mode Fiber as shown on the drawings 38
16. Fully managed switch capability. 39
F. Options and Accessories Required: 40
40 66 00 - 4
COMMUNICATIONS INTERFACE EQUIPMENT
Page 4 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. Provide maximum installation space for additional future modules for each switch 1
location. 2
2. Provide twenty (20) percent spare port capacity for each port type. 3
2.2 HSQ RTU 4
A. Subject to compliance with the Contract Documents, the following Manufacturers are 5
acceptable: 6
1. HSQ 7
B. The listing of specific manufacturers above does not imply acceptance of their products 8
that do not meet the specified ratings, features and functions. Manufacturers listed 9
above are not relieved from meeting these specifications in their entirety. 10
C. Part Numbers 11
1. HSQ 8600-3343F-25x86 Logic Processor 12
2. HSQ 22592 Communication Board (4 Serial Ports and 1 Ethernet Port) 13
3. HSQ 22585 RTU Battery Backup Controller 14
2.3 REMOTE SITE LICENSED RADIO (NARROW BAND) 15
A. Subject to compliance with the Contract Documents, the following Manufacturers are 16
acceptable: 17
1. GE MDS Orbit MCR radio MXNCL9CN4GYNNS1FISUNN 900MHz 18
2. No Equal 19
B. The listing of specific manufacturers above does not imply acceptance of their products 20
that do not meet the specified ratings, features and functions. Manufacturers listed 21
above are not relieved from meeting these specifications in their entirety. 22
C. Environmental 23
1. Operating temperature: -40 Deg C to 70 Deg C 24
2. Operating humidity: 10 – 95% non-condensing 25
D. Physical 26
1. Power Supply: 10 to 30 VDC input 27
2. Microprocessor based unmanaged type. 28
3. DIN Rail mountable. 29
4. Class 1 Division 2 groups A, B, C and D rated 30
5. Interface connections: TIA-232-E Serial interface implemented in a DB-9 31
connection, Ethernet 10/100 BaseT implemented in a RJ45 and Antenna connection 32
utilizing a TNC Female connector 33
E. Functional Performance 34
1. RF data rate 9,600 to 19,200 bps @ 12.5 KHz channel size. 35
2. Licensed Frequency bands: 820-870 MHz, 880-915 MHz, 850-860/926-936 MHZ, 36
and 928-960 MHz 37
3. Aluminum case. 38
4. Receiver type: double conversion super heterodynes with selectivity >70 dB, 39
Sensitivity -100dBm. 40
40 66 00 - 5
COMMUNICATIONS INTERFACE EQUIPMENT
Page 5 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
5. Transmitter with programmable carrier power from 0.1 to 5 Watts, Continuous duty 1
cycle. 2
6. Operating mode: Simplex, half-duplex 3
7. Modulation: Digital, CPFSK 4
F. Options and Accessories Required: 5
1. Provide minimum 2-year warranty. 6
2.4 ANTENNA TOWER (LADDER TYPE) 7
A. Subject to compliance with the contract documents, the following manufacturers are 8
acceptable: 9
1. Rohn 10
2. Sabre 11
3. Approved equal 12
B. The listing of specific manufacturers above does not imply acceptance of their products 13
that do not meet the specified ratings, features and functions. Manufacturers listed 14
above are not relieved from meeting these specifications in their entirety. 15
C. Provide radio towers as shown on the drawings. At a minimum, the towers provided 16
shall be as follows: 17
1. Each section shall be double bolted constructed of ASTM 123 hot dipped 18
galvanized steel. 19
2. Free standing and self-supporting type. 20
3. Tower sections shall have a minimum 12-½” face. 21
4. Tower shall be made up of a base section, midsection and top sections. 22
5. Heights of towers shall be a minimum of 40 feet tall from ground level. Final 23
Height shall be verified with a physical path test from the proposed tower location 24
by the contractor. 25
D. The radio tower shall be a self-supporting structure. The final tower and base design 26
shall be furnished by the contractor. Each individual tower installation shall be certified 27
and sealed by a Professional Engineer licensed in the State of Texas to be compliant in 28
all respects with TIA-222-H, Structural Standard for Antenna Supporting Structures and 29
Antennas. The installation design, along with this certification, shall be submitted by 30
the contractor. No general or manufacturers reference designs are acceptable for this 31
purpose. The material submitted shall take into consideration the specific site location 32
and geotechnical information. A separate drawing for each tower installation, including 33
all furnished accessories, including but not limited to grounding system, safety system, 34
etc., shall be submitted. 35
2.5 YAGI DIRECTIONAL ANTENNA 36
A. Subject to compliance with the contract documents, the following manufacturers are 37
acceptable: 38
1. Laird 39
2. Approved Equal 40
B. The listing of specific manufacturers above does not imply acceptance of their products 41
that do not meet the specified ratings, features and functions. Manufacturers listed 42
above are not relieved from meeting these specifications in their entirety. 43
40 66 00 - 6
COMMUNICATIONS INTERFACE EQUIPMENT
Page 6 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
C. Environmental 1
1. Operating temperature: -40 degrees F to 176 degrees F 2
2. Operating humidity: 95% non-condensing for indoor applications 3
D. Physical 4
1. Number of Elements as required balancing gain and output power. 5
2. Impedance 50 ohms 6
3. Max Power 10 watts 7
4. Radiation Directional 8
5. Polarization Vertical 9
6. Connector N-Female 10
7. Material Aluminum 11
8. Mount Mounts on pipe with 0.5 inch to 1.5-inch diameter 12
2.6 ETHERNET SURGE PROTECTOR 13
A. Subject to compliance with the contract documents, the following manufacturers are 14
acceptable: 15
1. Phoenix Contact 16
2. PolyPhaser 17
3. Cooper Bussman 18
4. Approved Equal 19
B. The listing of specific manufacturers above does not imply acceptance of their products 20
that do not meet the specified ratings, features and functions. Manufacturers listed 21
above are not relieved from meeting these specifications in their entirety. 22
C. Environmental 23
1. Operating temperature: -40 degrees F to 176 degrees F 24
2. Operating humidity: 95% non-condensing for indoor applications 25
3. Storage Temperature: -40 to 176 degrees F 26
D. Physical 27
1. DIN Mountable Rail indoors and pole mountable outdoors applications 28
2. I/O connectors: RJ-45 29
3. Power over Ethernet POE+ to IEEE802.3 at up to 57VDC 30
E. Functional Performance 31
1. Protection: handles 100 or more lightning strikes at surge levels of 8/20uSec at 32
6kV/3kA 33
2. Standard: Compliant to IEC61000-4-5. 34
2.7 RADIO SYSTEM SURGE PROTECTOR 35
A. Subject to compliance with the contract documents, the following manufacturers are 36
acceptable: 37
1. Phoenix Contact 38
2. PolyPhaser 39
3. Cooper Bussman 40
40 66 00 - 7
COMMUNICATIONS INTERFACE EQUIPMENT
Page 7 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
4. Approved Equal 1
B. The listing of specific manufacturers above does not imply acceptance of their products 2
that do not meet the specified ratings, features and functions. Manufacturers listed 3
above are not relieved from meeting these specifications in their entirety. 4
C. Environmental 5
1. Operating temperature: -40 degrees F to 176 degrees F 6
2. Operating humidity: 95% non-condensing for indoor applications 7
3. Storage Temperature: -40 to 176 degrees F 8
D. Physical 9
1. Barrel configuration for control panel applications 10
2. TNC type connectors 11
E. Functional Performance 12
1. Protection: handles 100 or more lightning strikes at surge levels of 8/20uSec at 13
6kV/3kA 14
2. Standard: Compliant to IEC61000-4-5. 15
2.8 RADIO ANTENNA CABLES 16
A. Subject to compliance with the Contract Documents, the following Manufacturers are 17
acceptable: 18
1. Times Microwave LMR-600 runs under 75 feet 19
2. CommScope AVA7-50 HELIAX runs 75 feet and greater 20
3. Approved Equal 21
B. The listing of specific manufacturers above does not imply acceptance of their products 22
that do not meet the specified ratings, features and functions. Manufacturers listed 23
above are not relieved from meeting these specifications in their entirety. 24
C. General 25
1. Provide sufficient lengths of cables for installation for connection to all Radio 26
Equipment with no splices. 27
D. Cable Construction 28
1. Inner Conductor Solid BCCAI 29
2. Dielectric Foam PE 30
3. Outer Conductor Aluminum Tape 31
4. Overall Braid Tinned Copper 32
5. Jacket Black PE. 33
E. Function/Performance: 34
1. Max Operating Frequency GHz 2.5 35
2. Minimum Operating Frequency 800 MHz 36
3. Velocity of Propagation % 87 37
4. Dielectric Constant NA 1.32 38
5. Time Delay nS/ft (nS/m) 1.17 (3.83) 39
6. Impedance ohms 50 40
40 66 00 - 8
COMMUNICATIONS INTERFACE EQUIPMENT
Page 8 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
7. Capacitance pF/ft (pF/m) 15.6 (51.1) 1
8. Inductance uH/ft (uH/m) 0.088 (0.29) 2
9. Shielding Effectiveness dB >90 3
10. DC Resistance 4
a. Inner Conductor ohms/1000ft (/km) 1.39 (4.56) 5
b. Outer Conductor ohms/1000ft (/km) 1.2 (3.9) 6
11. Peak Power kW 40 7
F. Required Options/Accessories 8
1. Provide Surge Arrestors at the antenna connection and the entrance to the 9
equipment per the NEC 10
PART 3 - EXECUTION 11
3.1 INSTALLATION 12
A. All equipment specified herein shall be factory installed in an overall assembly, field 13
adjusted, tested and cleaned as an integral part of equipment specified elsewhere in 14
these Specifications. 15
END OF SECTION 16
40 67 00 - 1
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 1 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 67 00 1
PROCESS CONTROL SYSTEMS CONTROL PANELS 2
PART 1 - GENERAL 3
1.1 SCOPE OF WORK 4
A. Furnish and install functional control panels to manually or automatically operate 5
control systems as specified in the detailed requirements of this Section, and logic and 6
schematics as shown on the Electrical and Instrumentation Drawings. 7
B. Control panels as specified in the Process Equipment Division, Electrical Equipment 8
Division or Mechanical Equipment Divisions, except as specifically stated herein, shall 9
not be submitted under this Section. 10
1.2 RELATED WORK 11
A. Wherever references are made to Related Work in other Specification Sections of the 12
Specifications, the Contractor is to provide such information or work as may be 13
required in those references and include such information or work as may be specified. 14
B. All Instrumentation work related to Process and Mechanical Divisions equipment that is 15
shown on the Instrumentation Drawings shall be provided under Division 40 Process 16
Control System Sections unless otherwise explicitly shown. 17
C. All Control Panels and work provided under any Division of the Specifications shall 18
fully comply with the requirements of Division 40 Process Control System Sections. 19
D. No references are made to any other section which may contain work related to any 20
other section. The Contract Documents shall be taken as a whole, with every section 21
related to every other section as required to meet the requirements specified. The 22
organization of the Contract Documents into specification divisions and sections is for 23
organization of the documents themselves and does not relate to the division of 24
suppliers or labor which the Contractor may choose to employ in the execution of the 25
Contract. Where references are made to other Sections and other Divisions of the 26
Specifications, the Contractor shall provide such information or additional work as may 27
be required in those references and include such information or work as may be 28
specified. 29
E. Other Divisions 30
1. The Contractor shall be responsible for examining all Sections of the Specifications 31
and Drawings and shall determine the power and wiring requirements and shall 32
provide appurtenances, as required to provide a fully functioning process control 33
system. If the equipment requires added options, due to different equipment being 34
supplied, the Contractor shall furnish the additional appurtenances and/or wiring, 35
with no change in the Contract Price, and with no increase in Contract Time. 36
1.3 SUBMITTALS 37
A. Submittal Process 38
1. Submittals shall be made in accordance with the requirements of Division 1, 39
Section 40 61 00, and as specified herein. 40
40 67 00 - 2
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 2 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. Submittals require information on related equipment to be furnished under this 1
Specification and described in the related Sections listed in the Related Work 2
paragraph above. Incomplete submittals not containing the required information on 3
the related equipment will be returned un-reviewed. 4
3. Equipment specified in Process, Mechanical, or Electrical Equipment Divisions, 5
and supplied as an integral part of a process equipment manufacturer’s package 6
shall be submitted with the manufacturer’s submittals, in those Divisions. 7
B. Submittal Content 8
1. The original equipment manufacturer shall create all equipment shop drawings, 9
including all wiring diagrams, in the manufacturer’s Engineering department. All 10
equipment shop drawings shall bear the original equipment manufacturers logo, 11
drawing file numbers, and shall be maintained on file in the original equipment 12
manufacturer’s archive file system. Photocopies of the Engineer’s ladder 13
schematics are unacceptable as shop drawings. 14
C. Required Submittals 15
1. Copies of previously Approved Related Work submittals. 16
2. Documentation confirming that the Panel Assembly Facility is a UL-508 certified 17
panel shop. 18
3. Facsimile of the UL label that is to be applied to the completed panels. 19
4. Shop Drawings 20
a. Shop Drawings shall include the following: 21
1) Drawings shall be to scale and shall show the location of panel mounted 22
devices, including doors, louvers, and sub panels. 23
2) Equipment outline drawings showing elevation, plan and interior views, 24
front panel arrangement, dimensions, weight, shipping splits, conduit 25
entrances and anchor bolt pattern. Indicate all options, special features, 26
ratings and deviations from this Section’s requirements. 27
3) The first sheet of each Panel Drawing Packet shall contain a Bill of 28
Materials for that panel. The Bill of Materials shall list all devices mounted 29
within the panel, and shall include the tag number, description, 30
manufacturer, and model number of each item. 31
4) Following the Bill of Material shall be a listing, uniquely identifying each 32
component of the Panel, and a description of the item used, i.e. devices by 33
their assigned tag numbers, nameplate inscriptions, service legend, and 34
annunciator inscriptions. 35
5) Power and control schematics including external connections. Show wire 36
and terminal numbers and color-coding. 37
b. Interconnecting Wiring Diagrams 38
1) Provide interconnecting wiring diagrams showing electrical connections 39
between equipment, consoles, panels, terminal junction boxes, and field 40
mounted components. 41
2) Diagrams shall show component and panel terminal board identification 42
numbers, and external wire and cable numbers. 43
3) Circuit names corresponding to the Circuit and Raceway Schedule shall be 44
shown. The diagram shall include intermediate terminations between field 45
elements and panels (e.g., terminal junction boxes, pull boxes, etc.). 46
5. Factory Tests. 47
40 67 00 - 3
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 3 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
a. Submittals shall be made for factory tests as specified herein. Owner/Engineer 1
approval of required factory tests is required prior to shipment of the 2
equipment. 3
6. Field Tests. 4
a. Submittals shall be made for field tests as specified herein. 5
7. Operation and Maintenance Manuals. 6
a. Operation and maintenance manuals shall include the following information: 7
1) Manufacturer’s contact address and telephone number for parts and service. 8
2) Instruction books and/or leaflets 9
3) Recommended renewal parts list 10
4) Record Documents for the information required by the Submittals 11
paragraph above. 12
D. Operation and Maintenance Manuals. 13
1. Operation and maintenance manuals shall include the following information: 14
a. Manufacturer’s contact address and telephone number for parts and service. 15
b. Instruction books and/or leaflets 16
c. Recommended renewal parts list 17
d. Record Documents for the information required by the Submittals paragraph 18
above. 19
1.4 REFERENCE CODES AND STANDARDS 20
A. Instrumentation equipment, materials and installation shall comply with the National 21
Electrical Code (NEC and with the latest edition of the following codes and standards: 22
1. National Electrical Safety Code (NESC) 23
2. Occupational Safety and Health Administration (OSHA) 24
3. NEMA ICS 1-101 Diagrams, Designations and Symbols 25
4. ANSI/ISA-5.06.01-2007 - Functional Requirements Documentation for Control 26
Software Applications 27
5. ISA-TR20.00.01-2001 - Specification Forms for Process Measurement and Control 28
Instruments Part 1: General Considerations Updated with 27 New Specification 29
Forms in 2004-2005. 30
6. ISA-5.4-1991 Instrument Loop Diagrams. 31
7. ISA-5.5-1985 Graphic Symbols for Process Displays. 32
8. ISA-5.1-1984 (R1992) Instrumentation Symbols and Identification. 33
9. ISA-5.3-1983 Graphic Symbols for Distributed Control/Shared Display 34
Instrumentation, Logic, and Computer Systems. 35
10. ISA-20-1981 Specification Forms for Process Measurement and Control 36
Instruments, Primary Elements, and Control Valves. 37
11. ISA-5.2-1976 (R1992) Binary Logic Diagrams for Process Operations. 38
12. NEMA ICS 6 Enclosures for Industrial Controls and Systems 39
13. National Fire Protection Association (NFPA) 40
14. National Electrical Manufacturers Association (NEMA) 41
15. American National Standards Institute (ANSI) 42
16. Insulated Cable Engineers Association (ICEA) 43
17. The International Society of Automation (ISA) 44
40 67 00 - 4
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 4 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
18. Underwriters Laboratories (UL) 1
19. UL 508, the Standard of Safety for Industrial Control Equipment 2
20. UL 508A, the Standard of Safety for Industrial Control Panels 3
21. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 4
22. NFPA 79, Electrical Standard for Industrial Machinery 5
23. Factory Mutual (FM) 6
24. NFPA 70 National Electrical Code (NEC) 7
25. NFPA 70E Standard for Electrical Safety in the Workplace 8
26. ANSI C37.90.2 Standard Withstand Capability of Relay Systems to Radiated 9
Electromagnetic Interference from Transceivers. 10
27. NEMA ICS 4 Terminal Blocks for Industrial Use. 11
28. NEMA LS1 Low Voltage Surge Protection Devices. 12
29. UL 1283 Standard for Safety-Electromagnetic Interference Filters. 13
30. UL 1449 Third Edition Surge Protective Devices 14
31. All equipment and installations shall conform to applicable Federal, State, and local 15
codes. 16
1.5 QUALITY ASSURANCE 17
A. The manufacturer of this equipment shall have produced similar equipment for a 18
minimum period of five (5) years. When requested by the Owner/Engineer, an 19
acceptable list of installations with similar equipment shall be provided demonstrating 20
compliance with this requirement. 21
B. The control panels shall be assembled in a UL-certified panel shop, experienced in the 22
assembling of control panels for wastewater and water treatment systems. A submittal 23
of the documentation, that certifies the panel fabrication shop is a UL-certified shop, is 24
required. 25
C. Equipment components and devices shall be UL labeled wherever UL standards exist 26
for such equipment. The completed control panel shall be UL Labeled in accordance 27
with UL 508, 508A or UL 698A, whichever is the applicable UL standard for the 28
installed location of the panel where indicated on the drawings. The panel shall also be 29
UL labeled for the environment in which it is to be placed. A UL label shall be affixed 30
to the inside of the external door by the panel fabrication assembly. Submit a facsimile 31
of the UL label in the submittal information. 32
D. Equipment submitted shall fit within the space shown on the Drawings. Equipment 33
which does not fit within the space is not acceptable. 34
1.6 DELIVERY STORAGE AND HANDLING 35
A. Equipment shall be handled and stored in accordance with manufacturer's instructions. 36
Two (2) copies of these instructions shall be included with the equipment at time of 37
shipment and shall be made available to the Contractor and Owner/Engineer. 38
B. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups 39
shall be bolted to skids. Accessories shall be packaged and shipped separately. 40
40 67 00 - 5
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 5 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
C. Within (5) five days after shipment of all equipment, Manufacturer shall ship all 1
software, supplied under this Section of the Specifications, by Registered Mail or 2
Approved Courier, to the Owner’s Representative, with a copy of the Shipment 3
Manifest. 4
D. Visible shipping damage to any portion of a shipment shall be assumed to have also 5
damaged the surrounding portion. The visibly damaged and the surrounding panels 6
shall be returned to the Manufacturer’s UL 508 facility, for examination and damaged 7
equipment replaced, followed by a Witnessed Test of the returned portion, as specified 8
in Paragraph 2.07, at no expense to the Owner. 9
E. Equipment shall be installed in its permanent finished location shown on the Drawings 10
within seven (7) calendar days of arriving onsite. If the equipment cannot be installed 11
within seven (7) calendar days, the equipment shall not be delivered to the site, but 12
stored offsite, at the Contractor’s expense, until such time that the site is ready for 13
permanent installation of the equipment. 14
F. Where space heaters are provided in equipment, provide temporary electrical power and 15
operate space heaters during storage, and after equipment is installed in permanent 16
location, until equipment is placed in service. 17
1.7 WARRANTY 18
A. The Manufacturer shall warrant the equipment to be free from defects in material and 19
workmanship for 2 years from date of final acceptance of the equipment. Within such 20
period of warranty, the Manufacturer shall promptly furnish all material and labor 21
necessary to return the equipment to new operating condition. Any warranty work 22
requiring shipping or transporting of the equipment shall be performed by the 23
Manufacturer, at no expense to the Owner. 24
PART 2 - PRODUCTS 25
2.1 MATERIAL MANUFACTURERS 26
A. Subject to compliance with the Contract Documents, the following electrical material 27
manufacturers are acceptable for all materials not otherwise specifically specified 28
within the contract documents. 29
1. General Electric Co. 30
2. Schneider Electric / Square D Co. 31
3. Rockwell Automation / Allen Bradley 32
B. The listing of specific manufacturers above does not imply acceptance of their products 33
that do not meet the specified ratings, features and functions. Materials listed above are 34
not relieved from meeting these Specifications in their entirety. 35
C. Manufactures of all related devices and components shall be as specified elsewhere in 36
the contract documents. 37
2.2 RATINGS 38
A. The complete control panel assembly shall be UL certified and carry a UL 508A listing 39
for "Industrial Control Panels". 40
B. The control panel shall meet all applicable requirements of the National Electrical 41
Code. 42
40 67 00 - 6
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 6 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
C. Motor controllers, including associated devices, shall be designed for continuous 1
operation at rated current in a 40-degree C ambient temperature. 2
D. For additional ratings and construction notes, refer to the Drawings. 3
E. The service voltage shall be as specified and as shown on the Drawings. The overall 4
short circuit withstand, and interrupting rating of the equipment and devices shall be 5
equal to or greater than the overall short circuit withstand and interrupting rating of the 6
feeder device immediately upstream of the Control Panel, but not less than 7
10,000amperes at 120 volts single phase. 8
2.3 CONSTRUCTION 9
A. General 10
1. Refer to the Drawings for: schematics, actual layout and location of equipment and 11
components; current ratings of devices, bus bars, components; protective relays, 12
voltage ratings of devices, components and assemblies; and other required details. 13
B. Enclosures 14
1. General 15
a. Each enclosure shall incorporate a removable back panel, on which control 16
components shall be mounted. Back panel shall be secured to the enclosure 17
with collar studs for wall mounted enclosures, and 316 SS hardware for free 18
standing enclosures. 19
b. All floor-mounted enclosures shall be provided with floor stands of the same 20
materials of construction as the enclosure. 21
c. The enclosure door shall be interlocked with the main circuit breaker by a panel 22
mounted cable driven operating mechanism. 23
d. Back panel shall be tapped to accept all mounting screws. Self-tapping screws 24
shall not be used to mount any components. 25
e. All enclosure doors shall have bonding studs. The enclosure interior shall have 26
a bonding stud. 27
f. Each enclosure shall be provided with a documentation pocket on the inner 28
door. 29
g. Enclosures shall not have factory holes or knockouts, and all mounting tabs are 30
to be welded as part of the enclosure manufacturing process. 31
h. Provide manufacturer’s window kits were shown on the Drawings. 32
i. All panels installed outdoors shall have a factory applied, suitable primer and 33
final coat of weatherproof white paint. All stainless-steel panels installed 34
outdoors shall be of 304 or 316 grade materials when painted white unless 35
otherwise shown on the drawings. 36
j. All enclosures shall include provisions for a padlock on doors. 37
k. Overload tables shall be laminated and adhered to the inside of the door. 38
l. Each enclosure shall have one, UPS powered, 150-watt receptacle labeled 39
“COMPUTER ONLY”. 40
m. All enclosures shall be lockable, and keyed alike. 41
n. Were indicated or specified, provide a minimum 18x18-inch foldable shelf 42
mounted no more than 40 inches above finished floor. The shelf to be 43
constructed of the same material and finishes as the control panel. Shelves, as 44
manufactured by Saginaw Control and Engineering, Hoffman or approved 45
equal are acceptable. 46
2. NEMA 4X for all panels not otherwise defined 47
40 67 00 - 7
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 7 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
a. Where an enclosure is not otherwise defined or shown on the Drawing 1
1) NEMA 4X 316 Stainless Steel 2
2) Type 316 stainless steel, body and door 3
3) Stainless steel continuously hinged 4
4) Foam in-place gasket 5
5) Single point quarter turn latches (20”x24” and below). All others 3-point 6
latch 7
b. Manufacturers 8
1) Rittal WM Series 9
2) EMF Company 10
3) NEMA Enclosures Company 11
4) Hammond Company 12
5) Saginaw Control and Engineering 13
6) Approved Equal 14
3. NEMA 1 or NEMA 1A boxes shall not be used. 15
4. Malleable iron boxes shall not be used. 16
C. Environmental Controls 17
1. Enclosure Condensate Heaters 18
a. A self-contained enclosure condensation heater with thermostat and fan shall be 19
mounted inside the control panel, if the panel is mounted outdoors or in a non-20
air-conditioned space. 21
1) Enclosure heaters shall be energized from 120-volt, single-phase power 22
supply and sized to prevent condensation within the enclosure. 23
2) Locate enclosure heaters to avoid overheating electronic hardware or 24
producing large temperature fluctuations on the hardware. 25
3) Enclosure heaters shall have an internal fan for heat distribution and shall 26
be controlled with adjustable thermostats. The thermostat shall have an 27
adjustment range of 40 degrees Fahrenheit to 90 degrees Fahrenheit. 28
Provide a circuit breaker or fused disconnect switch within the enclosure. 29
4) Enclosure heaters shall be Hoffman type DAH or equal. 30
b. Strip heaters may be provided if they are 240 volts rated, powered at 120 volts 31
AC and do not have a surface temperature higher than 60°C. Strip heaters and 32
thermostats shall be as manufactured by Chromalox or equal. 33
1) Strip heaters shall be Chromalox, Type OT, 1.5-in wide, 240 Volts, single 34
phase, 150 watts, energized at 120 volts, with rust resisting iron sheath, 35
Catalog No. OT-715, Product Code No. 129314. Provide sufficient 36
wattage rated heaters to prevent condensation should the interior 37
temperature of the enclosure drop below the dew point. 38
2) A control thermostat mounted inside the control Panel shall be Chromalox, 39
Type WR, single stage, Catalog No. WR-80, Product Code No.263177. 40
3) The strip heater terminals shall be guarded by a protective terminal cover. 41
4) High temperature connecting lead wire shall be used between the 42
thermostat and the heater terminals. Wire shall be No. 12 AWG stranded 43
nickel-plated copper with Teflon glass insulation and shall be the product 44
of Chromalox, Catalog No. 6-CFI-12, and Product Code No. 263783. 45
2. Enclosure Air Conditioner 46
a. Enclosures containing electronic devices or electrical equipment shall have air 47
conditioners that will maintain the internal temperature at or below the 48
equipment rating without violating the NEMA rating of the enclosure. 49
40 67 00 - 8
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 8 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
b. The panel builder shall provide panel internal heat rise calculations to show that 1
the panel internal temperatures will be maintained below the maximum 2
operating temperatures of the panel components. 3
1) For enclosures mounted indoors in non-air-conditioned spaces, include an 4
ambient air temperature of 40-degree C and a humidity of 100% non-5
condensing. 6
2) For enclosures mounted in direct sunlight, add the appropriate solar heat 7
gain component to the calculation and raise the ambient temperature to 60 8
degrees Celsius. 9
3) The calculation shall show all the internal and external heat gain loads and 10
the expected internal temperature rise, in degrees Celsius, above the 11
specified ambient without the air conditioner. Provide a calculation 12
showing the expected temperature rise in degrees C above the specified 13
ambient with the air conditioner running. 14
c. The air conditioner shall have the following features: 15
1) Use CFC-free R134a refrigerant. 16
2) Have fully gasketed flanges on all four mounting edges for a watertight seal 17
that maintains NEMA rating of the panel. 18
3) Thermostatic low temperature control to provide energy efficient operation 19
and prevent over-cooling. 20
4) EMI/RFI suppressor to minimize transient spikes during compressor on/off 21
cycling. 22
5) Separated blower-driven evaporator and condenser air systems for closed 23
loop cooling. 24
6) UL listed. 25
7) Stainless steel enclosure rated NEMA 4X. 26
8) Internal corrosion resistant coating and/or galvanized steel components. 27
9) Low ambient kit. 28
10) Short cycle protector. 29
d. Manufactures 30
1) Rittal 31
2) Cooper B-Line 32
3) ICE Cube 33
4) Approved Equal 34
3. Enclosure Fans 35
a. Fans shall be furnished for all soft starters and AFD’s/VFD’s, as required by 36
the manufacturer, to provide air circulation and cooling. Fans shall be 37
controlled by a temperature switch. The fan shall operate only when the drive is 38
“ON” and for a cool-down period after the drive has stopped. Otherwise, the 39
fan shall not run when the drive is “OFF”. Louvers, if provided, shall have 40
externally removable filters. The filter shall be metallic and washable type. 41
b. Fan motors shall be protected by an input circuit breaker. Metal squirrel cage 42
ball bearing, three phase fan motors with 10-year design life shall be used in the 43
drive design. Plastic muffin fans are not acceptable. Fan power shall be 44
obtained from a tap on the main control power transformer. 45
c. A “loss of cooling” fault shall be furnished. In the event of clogged filters or 46
fan failure, the drive shall produce an alarm and then, at a predetermined time, 47
be shut down safely without electronic component failure by the temperature 48
switch. 49
40 67 00 - 9
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 9 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
d. Redundant fans shall be provided in the drive design as backup in the event of 1
fan failure. 2
4. Corrosion Protection 3
a. Provide corrosion protection in each control panel with a corrosion-Inhibiting 4
vapor capsule as manufactured by Northern Instruments; Model Zerust VC, or 5
Hoffman Engineering; Model A-HCI. 6
2.4 PANEL EQUIPMENT 7
A. Equipment Requirements 8
1. The requirements for equipment, controls, meters, converters, etc, for each Control 9
Panel, shall be as shown on the Panel Schedule herein, the Drawings, panel 10
schematics, and the functions specified in the Loop Descriptions. 11
2. Where a programmable logic controller is designed as a part of the control panel, 12
the PLC shall be as specified in Section 40 63 00 Programmable Logic Controller 13
System. 14
3. Where communications equipment is designed as part of the control panel, the 15
equipment shall be as specified in Section 40 66 00 Communications Interface 16
Equipment. 17
4. All other equipment, controls, meters, converters that are designed as a part of the 18
control panel, shall be as specified in Section 40 78 00 Panel Mounted Control 19
Devices, the Related Work Sections specified herein, as shown on the Drawings, 20
panel schematics, and the functions specified in the Control Descriptions. 21
5. Furnish installed in the Control Panel, a dedicated Surge Protective Device (SPD) 22
(Type 3), permanently connected, on the load side of the power entrance, as 23
specified in Section 26 43 13 Low Voltage AC Surge Protective Devices (SPDs). 24
6. Provide a main circuit protective device, DIN rail mounted, to protect the panel 25
equipment. 26
7. Provide an enclosure intrusion switch for all enclosures containing communications 27
equipment or Programmable Logic Controllers (PLC) and related equipment. 28
B. Panel Control Device Requirements 29
1. Control Devices and Indicators 30
a. All operating control devices, indicators, and instruments shall be securely 31
mounted on the panel door. All controls and indicators shall be 30mm, 32
corrosion resistant, NEMA 4X/13, anodized aluminum or reinforced plastic. 33
Booted control devices are not acceptable. Auxiliary contacts shall be provided 34
for remote run indication and indication of each status and alarm condition. 35
Additional controls shall be provided as specified herein and as required by the 36
detailed mechanical and electrical equipment requirements. 37
b. Indicator lamps shall be LED type. For all control applications, indicator lamps 38
shall incorporate a push-to-test feature. Lens colors shall be as follows: 39
1) Red for ON, Valve OPEN, and Breaker CLOSED. 40
2) Green for OFF, Valve CLOSED and Breaker OPEN. 41
3) Amber for FAIL. 42
4) Blue for READY 43
5) White for POWER ON. 44
40 67 00 - 10
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 10 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
c. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-REMOTE, etc) 1
shall be as shown on the Drawings. Units shall have the number of positions 2
and contact arrangements, as required. Each switch shall have an extra dry 3
contact for remote monitoring. 4
d. Pushbuttons shall be as follows: 5
1) Red for STOP, Valve OPEN, Breaker CLOSE and mushroom Red for 6
EMERGENCY STOP. 7
2) Green for START, Valve CLOSE and Breaker OPEN. 8
3) Black for RESET. 9
e. Furnish nameplates for each device. All nameplates shall be laminated plastic, 10
black lettering on a white background, attached with stainless steel screws. 11
Device mounted nameplates are not acceptable. 12
2. A failure alarm with horn and beacon light shall be provided when required or 13
specified. Silence and reset buttons shall be furnished. Alarm horn and beacon shall 14
be by Federal Signal; Crouse-Hinds, or equal, NEMA 4X for all areas except for 15
NEMA 7 areas, which shall be NEMA 7/4X cast aluminum. 16
3. Control and Instrument Power Transformers 17
a. Control power transformers shall be provided where shown on the Drawings. 18
Transformer shall be sized for the entire load, including space heaters, plus 19
25% spare capacity, and shall be not less than 100VA. 20
b. Control power transformers shall be 120 volts grounded secondary. The 21
primary side of the transformer shall be fused in both legs. One leg of the 22
transformer secondary shall be solidly grounded while the other leg shall be 23
fused. 24
2.5 EQUIPMENT INSTALLATION 25
A. Equipment Mounting 26
1. The location of the installed equipment shall be as shown on the Panel Layouts on 27
the Drawings. 28
2. Each piece of equipment shall be securely mounted to the backplate in accordance 29
with the manufacturer’s installation instructions. All mounting hardware shall be 30
from the front of the backplate or side plate with threaded screws. Attaching 31
hardware shall not be installed from the rear of the backplate or side plate. Removal 32
of any piece of equipment shall not require the removal or loosening of any other 33
piece of equipment. 34
3. Operator interface equipment installed on the door shall be arranged as shown on 35
the Drawings in accordance with the manufacturer’s installation instructions. No 36
penetration of the door shall be made except for equipment mounting. Provide 37
adequate clearance between pieces of equipment and door latching mechanisms. 38
B. Nameplates 39
1. Nameplates 40
a. External 41
40 67 00 - 11
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 11 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1) Nameplates shall be engraved, laminated impact acrylic, matte finish, not 1
less than 1/16-in thick by 3/4-in by 2-1/2-in, Rowmark 322402. Nameplates 2
shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 3
4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with 4
double faced adhesive strips, TESA TUFF TAPE 4970, .009 X ½”, or 5
equal. Prior to installing the adhesive nameplates, the metal surface shall be 6
thoroughly cleaned with 70% alcohol until all residue has been removed. 7
Epoxy adhesive or foam tape is not acceptable. 8
2) There shall be a master nameplate that indicates supply voltage equipment 9
ratings, short circuit current rating, manufacturer's name, shop order 10
number and general information. Cubicle nameplates shall be mounted on 11
the front face, on the rear panel and inside the assembly, visible when the 12
rear panel is removed. 13
3) Provide permanent warning signs as follows: 14
a) "Danger- High Voltage- Keep Out" on all doors. 15
b) "Warning- Hazard of Electric Shock - Disconnect Power Before 16
Opening or Working on This Unit" on main power disconnect or 17
disconnects. 18
b. Internal 19
1) Provide the panel with a UL 508A label. 20
2) Control components mounted within the assembly, such as fuse blocks, 21
relays, pushbuttons, switches, etc., shall be suitably marked for 22
identification, corresponding to appropriate designations on manufacturer's 23
wiring diagrams. 24
3) Front of each PLC I/O module shall have label identifying each individual 25
point interfaced to the module. 26
c. Special 27
1) Identification nameplates shall be white with black letters, caution 28
nameplates shall be yellow with black letters, and warning nameplates shall 29
be red with white letters. 30
C. Wiring Trough and Terminal Block Installation 31
1. Space between wiring troughs and equipment shall be such that space for terminal 32
blocks is provided for termination of each conductor or group of conductors before 33
connection to the equipment. Removal of equipment for service shall not leave any 34
exposed conductors hanging unconnected. 35
2. Install the wiring troughs such that one may be removed without interference from 36
the other. Troughs shall be installed such that trough covers may be removed 37
without cover interference. 38
3. Install terminal blocks on DIN rail with adequate space for access to the terminal 39
with clear view of the wire identification label. All incoming or outgoing wiring 40
shall enter or leave the panel on terminal blocks. Terminal blocks or wiring troughs 41
shall not be installed on the doors. Provide terminal blocks on side plates / 42
backplates for all door mounted equipment. 43
4. In no case shall internal and external wiring share a wiring trough. 44
5. Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 45
120 volts to ground. 46
40 67 00 - 12
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 12 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
6. Provide 600 volt rated strap screw terminal blocks for any power conductors 1
carrying over 20 amps, at any voltage. Terminals shall be double sided and 2
supplied with removable covers to prevent accidental contact with live circuits. 3
7. Power conductors carrying over 20 amps, at any voltage shall be terminated to 4
strap-screw type terminal blocks with crimp type, pre-insulated, ring-tongue lugs. 5
Lugs shall be of the appropriate size for the terminal block screws and for the 6
number and size of the wires terminated. Do not terminate more than one 7
conductor in any lug, and do not land more than two conductors under any strap-8
screw terminal point. 9
8. Terminals shall have permanent, legible identification, clearly visible with the 10
protective cover removed. Each terminal block shall have 20 percent spare 11
terminals, but not less than two spare terminals. 12
9. Do not land more than two conductors per terminal point. Use the manufacturer’s 13
provided bridge connectors to interconnect terminal blocks terminating common or 14
ground conductors. 15
10. Twisted shielded pair or triad cables shall have each individual conductor and 16
shield drain wire landed on individual terminal blocks. Use the manufacturer’s 17
provided bridge connectors to interconnect terminal blocks terminating the shield 18
drain wire conductors. 19
11. Provide an AC ground bar bonded to the panel enclosure, if metal, with 20 percent 20
spare terminals. 21
12. Provided ground terminal blocks for each twisted-shielded pair drain wire. 22
D. Internal Panel Wiring 23
1. Power and control wiring shall be tinned stranded copper, minimum size No. 14 24
AWG, with 600-volt, 90-degree C, flame retardant, Type MTW thermoplastic 25
insulation. Line side power wiring shall be sized for the full fault current rating or 26
frame size of the connected device, and as shown on the Drawings. 27
2. Analog signal wires shall be 600 Volt Class, insulated stranded tinned copper, 28
twisted shielded #16 AWG pair. 29
3. All interconnecting wires between panel mounted equipment and external 30
equipment shall be terminated at numbered terminal blocks. Field wiring shall not 31
be terminated directly on any panel-mounted device. 32
4. All wiring shall be tagged and coded with an identification number as shown on the 33
Drawings. Coding shall be typed on a heat shrinkable tube applied to each end 34
showing origination and destination of each wire. The marking shall be permanent, 35
non-smearing, solvent-resistant type similar too Raychem TMS-SCE, or equal. 36
5. All wiring shall be enclosed in PVC wire trough with slotted side openings and 37
removable cover. Plan wire routing such that no low twisted shielded pair cable 38
conducting analog 4-20 mA signals or low voltage analog signals are routed in the 39
same wire trough as conductors carrying discrete signals or power. 40
6. All control panel wiring shall use the following color code. 41
a. Black: AC power at line voltage 42
b. Red: switched AC power 43
c. Orange: May be energized while the main disconnect is in the off position 44
d. White: AC neutral 45
e. Orange/white stripe or white/orange stripe: separate derived neutral 46
e. Red/white stripe or white/red stripe: switched neutral 47
40 67 00 - 13
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 13 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
f. Green or green w/ yellow tracer: ground/earth ground 1
g. Blue: Ungrounded DC power 2
h. Blue/white stripe or white/blue stripe: DC grounded common 3
i. Brown: 480V AC 3 phase - phase A 4
j. Orange: 480V AC 3 phase - phase B 5
k. Yellow: 480V AC 3 Phase - phase C 6
l. Purple: common for analog signal wiring 7
m. Brown: positive leg of an analog signal 8
E. Field Entrance Internal Wiring 9
1. Field entrance internal wiring shall be neatly grouped by circuit and bound by 10
plastic tie wraps. Circuit groups shall be supported so that circuit terminations are 11
not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle 12
separately from the rest of the control wiring. 13
2. All field wiring shall be tagged and coded with an identification number. Coding 14
shall be typed on a heat shrinkable tube applied to each end of the wire. The 15
marking shall be a permanent, non-smearing, solvent-resistant type similar to 16
Raychem TMS-SCE, or equal 17
3. All conduit entering or leaving equipment shall be coordinated, in advance with the 18
panel installer, so that the conduit entrances to the enclosure are directly below the 19
termination area for immediate termination. Conduits shall not enter the top or side 20
of the panel unless approved in writing by the Owner/Engineer. 21
F. PLC / RTU Inputs and Outputs 22
1. All PLC and RTU Analog inputs and outputs shall be individually fused for each 23
channel. All Discrete inputs and outputs shall be buffered with relays from the field 24
connections. Discrete points shall be fused for each circuit group with no less than 25
one fuse per card. 26
2.6 PCSI SHOP TESTING 27
A. The entire control panel shall be completely assembled, wired, and adjusted at the 28
PCSI’s shop and shall be given the manufacturer’s routine shop tests and any other 29
additional operational test to insure the workability and reliable operation of the 30
equipment. 31
B. The operational test shall include the proper connection of supply and control voltage 32
and, as far as practical, a mockup of simulated control signals and control devices shall 33
be fed into the boards to check for proper operation. 34
C. Factory test equipment and test methods shall conform to the latest applicable 35
requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the 36
Owner/Engineer’s approval. 37
PART 3 - EXECUTION 38
3.1 INSTALLER’S QUALIFICATIONS 39
A. Installer shall be specialized in installing this type of equipment with minimum 5 years 40
documented experience. Experience documentation shall be submitted for approval 41
prior to beginning work on this project. 42
40 67 00 - 14
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 14 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
3.2 EXAMINATION 1
A. Examine installation area to assure there is enough clearance to install the equipment. 2
B. Housekeeping pads shall be included for the floor mounted panels as detailed on the 3
Drawings. 4
C Check concrete pads and baseplates for uniformity and level surface. 5
D. Verify that the equipment is ready to install. 6
E. Verify field measurements are as instructed by manufacturer. 7
3.3 INSTALLATION 8
A. The Contractor shall install all equipment per the manufacturer's recommendations and 9
Contract Drawings. 10
B. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, 11
threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured 12
by T&B H150GRA Series, or equal. 13
C. Conduits entering a control Panel or box containing electrical equipment shall not enter 14
the enclosure through the top. 15
D. Install required safety labels. 16
3.4 RACEWAY SEALING 17
A. Where raceways enter junction boxes or control panels containing electrical or 18
instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight 19
Sealant or approved equal. 20
B. This requirement shall be strictly adhered to for all raceways in the conduit system. 21
3.5 FIELD QUALITY CONTROL 22
A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 23
B. Check tightness of all accessible electrical connections. Minimum acceptable values are 24
specified in manufacturer's instructions. 25
C. Provide laminated copies of the Control schematics in each enclosure door pocket. 26
3.6 FIELD ADJUSTING 27
A. Adjust all circuit breakers, switches, access doors, operating handles for free 28
mechanical and electrical operation as described in manufacturer's instructions. 29
3.7 FIELD TESTING 30
A. Perform all electrical field tests recommended by the manufacturer. Disconnect all 31
connections to solid-state equipment prior to testing. 32
B. Test each key interlock system for proper functioning. 33
C. Test all control logic before energizing the equipment. 34
40 67 00 - 15
PROCESS CONTROL SYSTEMS CONTROL PANELS
Page 15 of 15
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
3.8 CLEANING 1
A. Remove all rubbish and debris from inside and around the panel. Remove dirt, dust, or 2
concrete spatter from the interior and exterior of the equipment using brushes, vacuum 3
cleaner, or clean, lint free rags. Do not use compressed air. 4
3.9 EQUIPMENT PROTECTION AND RESTORATION 5
A. Touch-up and restore damaged surfaces to factory finish, as approved by the 6
manufacturer. If the damaged surface cannot be returned to factory specification, the 7
surface shall be replaced. 8
END OF SECTION 9
40 68 60 - 1
APPLICATION SERVICES PROVIDER
Page 1 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 68 60 1
APPLICATION SERVICES PROVIDER 2
PART 1 - GENERAL 3
1.1 SCOPE OF WORK 4
A. The Contractor shall furnish the services of qualified personnel to perform the work as 5
defined herein, in the Related Work Paragraph of this Section, and other Specification 6
Sections as specified herein. The service personnel shall be referred to as the 7
Application Services Programmer (ASP). 8
B. The ASP shall contract with HSQ for all City of Fort Worth HMI and RTU 9
programming to meet the minimum requirements as set forth herein 10
C. It shall be the responsibility of the Contractor to obtain and provide any and all 11
information required from other Divisions, as listed in the related work below, to 12
complete the work under this Section. 13
D. The Contractors ASP shall perform all the work necessary to configure, customize, 14
debug, install, connect, and place into operation all HMI and PLC software specified 15
within this Division and other related divisions. 16
E. The Contractors ASP shall coordinate with the PCSI all scheduling, installation, and 17
startup services. 18
F. All Application development shall utilize the Owners Programming Standards. All Tag 19
Names used shall follow the Tag Naming Standard and as approved by the 20
Owner/Engineer. 21
1.2 RELATED WORK 22
A. No references are made to any other section which may contain work related to any 23
other section. The Contract Documents shall be taken as a whole with every section 24
related to every other section as required to meet the requirements specified. The 25
organization of the Contract Documents into specification divisions and sections is for 26
organization of the documents themselves and does not relate to the division of 27
suppliers or labor which the Contractor may choose to employ in the execution of the 28
Contract. Where references are made to other Sections and other Divisions of the 29
Specifications, the Contractor shall provide such information or additional work as may 30
be required in those references and include such information or work as may be 31
specified. 32
1.3 SUBMITTALS 33
A. Prior to any Pre-Submittal Conferences or Work Submittals as defined in section 40 61 34
00 Process Control Systems General Provisions, the Contractor shall submit the 35
qualifications of the Application Service Provider. No Work Submittals will be 36
accepted until the ASP has been approved by the owner. Submittals received prior to 37
that Approval will be returned un-reviewed. 38
B. Submittal Process 39
1. Submittals shall be made in accordance with the requirements of Division 1, 40
Section 40 61 00, and as specified herein. 41
40 68 60 - 2
APPLICATION SERVICES PROVIDER
Page 2 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. All electronic submittals shall be submitted in an ISO/IEC 26300:2006 or Comma 1
Separated Values (CSV) readable electronic file format on a CD-ROM and an 8 ½-2
inch by 11-inch hard copy. PLC Programs shall be submitted in the native export 3
format of the PLC as suggested by the manufacture and as a fully annotated PDF 4
file. 5
C. Submittal Content 6
1. Submittals shall contain the following: 7
a. Programming Standards 8
1) Programming standards to be used for both process graphics and PLC logic 9
conventions shall be submitted after the standards workshop. 10
b. Programmable Logic Controller Programming 11
1) I/O List with register assignments. 12
2) Diagrams of the process control functions by each strategy. 13
3) Listing of inputs to the control function. 14
4) A short narrative of each control strategy. 15
5) Listing of all Operator inputs and outputs to and from the control function. 16
Any special displays related to the function shall be illustrated. A 17
description of the operation of any display shall be described as it relates to 18
the control function. 19
6) Cross references of all I/O, showing to which I/O modules or software 20
modules, they are in. 21
7) Failure contingencies shall be described in detail. 22
8) An annotated program submitted in both hard copy and electronic format. 23
c. Operation Interface Terminal Programming 24
1) I/O List with register assignments. 25
2) Listing of all Operator displays with inputs and outputs to and from the 26
control function. Displays shall be illustrated to show data presentation. 27
3) Cross references of all I/O, showing to which I/O modules or software 28
modules, they are in. 29
4) Failure contingencies shall be described in detail. 30
d. Human Machine Interface Programming 31
1) I/O List with register assignments. 32
2) Displays for each process area including all necessary pop ups. 33
3) Listing of data points on each display. 34
4) A short narrative of each control usage. 35
5) Listing of all Operator inputs and outputs to and from the control function. 36
Any special displays related to the function shall be illustrated. A 37
description of the operation of any display shall be described as it relates to 38
the control function. 39
6) Cross references of all I/O, showing which software module at each point 40
used. 41
7) Failure contingencies shall be described in detail. 42
8) A complete listing of all historical points. 43
9) Listing of all required configuration files for each SCADA client. 44
2. Submit a proposed Schedule of Work following the PCSI pre-submittal 45
conference. 46
40 68 60 - 3
APPLICATION SERVICES PROVIDER
Page 3 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.4 REFERENCE CODES AND STANDARDS 1
A. Instrumentation equipment and HMI programming shall comply with the following 2
codes and standards: 3
1. Occupational Safety and Health Administration (OSHA) 4
2. NEMA ICS 1-101 Diagrams, Designations and Symbols 5
3. ANSI/ISA-5.06.01-2007 - Functional Requirements Documentation for Control 6
Software Applications 7
4. ISA-TR20.00.01-2001 - Specification Forms for Process Measurement and Control 8
Instruments Part 1: General Considerations Updated with 27 New Specification 9
Forms in 2004-2005. 10
5. ISA-5.4-1991 Instrument Loop Diagrams. 11
6. ISA-5.5-1985 Graphic Symbols for Process Displays. 12
7. ISA-5.1-1984 (R1992) Instrumentation Symbols and Identification. 13
8. ISA-5.3-1983 Graphic Symbols for Distributed Control/Shared Display 14
Instrumentation, Logic, and Computer Systems. 15
9. ISA-20-1981 Specification Forms for Process Measurement and Control 16
Instruments, Primary Elements, and Control Valves. 17
10. ISA-5.2-1976 (R1992) Binary Logic Diagrams for Process Operations. 18
11. American National Standards Institute (ANSI) 19
12. The International Society of Automation (ISA) 20
13. Underwriters Laboratories (UL) 21
14. NFPA 79, Electrical Standard for Industrial Machinery 22
15. Factory Mutual (FM) 23
16. NFPA 70 National Electrical Code (NEC) 24
17. All equipment and installations shall conform to applicable Federal, State, and local 25
codes. 26
B. All work associated with PLC and HMI programming services shall comply with the 27
requirements set forth within the contract documents and as agreed and approved from 28
the standards submittal. All programming is to follow the Owners standards as 29
developed at time of Bid. 30
C. Where reference is made to one of the above standards, the revision in effect at the time 31
of bid opening shall apply. 32
1.5 QUALITY ASSURANCE 33
A. The Contractor shall provide verifiable documentation supporting the ASP’s 34
qualifications and work history as defined in Section 140 61 00 Process Control 35
Systems General Provisions. 36
40 68 60 - 4
APPLICATION SERVICES PROVIDER
Page 4 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.6 SYSTEM DESCRIPTION 1
A. The Contractors ASP is responsible for providing all applications programming and 2
configuration services to accomplish the control and monitoring functions as described 3
in the contract specifications and drawings. The Contractors ASP shall provide all 4
programming functions including, but not limited to, control strategies and 5
communications for the Plant PCS PLCs and HMI. The Equipment manufacturer 6
supplied PLC systems programming is the respective suppliers’ responsibility. The 7
Contractors ASP will obtain from the OWNER copies of all existing HMI and PLC 8
configurations. The Contractors ASP shall also provide all applications programming 9
and configuration services necessary to produce the HMI (graphic displays, reports, 10
trends, historical archive, etc.) as described in the contract specifications and drawings. 11
1.7 WARRANTY 12
A. Provide programming logic warranty as defined in division 1. 13
1.8 SYSTEM FINAL DOCUMENTATION 14
A. Prior to final acceptance of the system and owner training, operating and maintenance 15
manuals covering instruction and maintenance on each type of equipment shall be 16
furnished in accordance with the Division 1 and Section 40 61 00. 17
B. The instructions shall be bound in three-ring binders with Drawings reduced or folded 18
for inclusion. As a minimum, the following information shall be provided: 19
1. A comprehensive index. 20
2. A complete "As Constructed" set of approved shop Drawings. 21
3. A complete list of the programming furnished. 22
4. Detailed service, maintenance and operation instructions for each item supplied. 23
5. Operating instructions which incorporate a functional description of the entire 24
system with references to the systems schematic Drawings and instructions. 25
C. The final documentation shall be new documentation written specifically for this 26
project but may include standard and modified standard documentation. Modifications 27
to existing hardware or software manuals shall be made on the respective pages or 28
inserted adjacent to the modified pages. All standard documentation furnished shall 29
have all portions that apply clearly indicated. All portions that do not apply shall be 30
lined out. 31
D. The manuals shall contain all illustrations, detailed displays, and instructions necessary 32
for installing, operating, and maintaining the equipment. The illustrated parts shall be 33
numbered for identification. All information contained therein shall apply specifically 34
to the equipment furnished and shall only include instructions that are applicable. All 35
such illustrations shall be incorporated within the printing of the page to form a durable 36
and permanent reference book. 37
E. If the Contractors ASP transmits any documentation or other technical information 38
which he considers proprietary, such information shall be designated. Documentation or 39
technical information which is designated as being proprietary will be used only for the 40
design, construction, operation, or maintenance of the System and, to the extent 41
permitted by law, will not be published or otherwise disclosed. 42
F. The requirements for the final documentation are as follows: 43
40 68 60 - 5
APPLICATION SERVICES PROVIDER
Page 5 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. As built documentation shall include all previous submittals, as described in this 1
Specification, updated to reflect the as-built system as well as any corrections or 2
modifications to the System resulting from the Factory and/or Field Demonstration 3
Tests. 4
PART 2 - PRODUCTS (NOT USED) 5
PART 3 - EXECUTION 6
3.1 APPLICATION DEVELOPMENT WORKSHOPS AND COORDINATION 7
MEETINGS 8
A. The ASP shall schedule and administer a minimum of one Workshops and Coordination 9
Meetings for the purpose of discussing progress of the work under this Section. The 10
ASP shall fully coordinate with the PCSI and be present for coordination meetings as 11
defined in Section 40 61 00. 12
B. The ASP shall make arrangements for workshops; prepare an agenda of discussion 13
items. Notify participants at least one (1) week before scheduled meetings. The 14
meetings shall be held at a location chosen by the owner and shall include, as a 15
minimum, attendance by the Owner, Engineer, General Contractor’s project engineer, 16
ASP, and PCSI. 17
1. The first workshop shall be held in advance of the ASP programming standards 18
Shop Drawing submittal. The purpose of the workshop shall be for the ASP to: 19
a. Summarize their understanding of the project 20
b. Discuss any proposed substitutions or alternatives 21
c. Schedule testing and delivery milestone dates 22
d. Provide a forum for the ASP and Owner to coordinate hardware and software 23
related issues 24
e. Request any additional information required from the Owner and/or Engineer. 25
f. The ASP shall bring a draft version of proposed standards shop drawings to the 26
meeting to provide the basis for the Owner/Engineer's input into their 27
development. 28
g. All aspects of the programming effort shall be discussed including but not 29
limited to: 30
1) PLC and HMI Variable naming conventions 31
2) PLC memory map conventions 32
3) Any and all customized or user defined function blocks (DFB) and 33
subroutines. 34
4) Displays naming for each process area including all necessary pop ups. 35
5) Display color conventions and overall owner expectations 36
3.2 TESTS-GENERAL 37
Refer to Section 40 61 21. 38
3.3 OPERATIONAL READINESS TEST (ORT) 39
Refer to Section 40 61 21. 40
40 68 60 - 6
APPLICATION SERVICES PROVIDER
Page 6 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
A. Each active Analog Subsystem element and each I/O module shall have a Component 1
Calibration Sheet. These sheets shall have spaces for data entry, space for sign off by 2
the Contractors ASP and the PCSI, and the following information: 3
1. Project Name 4
2. Loop Number 5
3. Component Tag Number of I/O Module Number 6
4. Component Code Number Analog System 7
5. Manufacturer (for Analog system element) 8
6. Model Number/Serial Number (for Analog system) 9
7. Summary of Functional Requirements: 10
a. Indicators and Recorders: Scale and chart ranges 11
b. Transmitters/Converters: Scale and chart ranges 12
c. Computing Elements: Function 13
d. Controllers: Action (direct/reverse) control Modes (PID) 14
e. Switching Elements: Unit range, differential (FIXED/ADJUSTABLE), Preset 15
(AUTO/MANUAL) 16
f. I/O Modules: Input or output 17
8. Calibrations: 18
a. Analog Devices: Required and actual inputs and outputs at 0, 10, 50, and 100 19
percent of span, rising and falling 20
b. Discrete Devices: Required and actual trip points and reset points 21
c. Controllers: Mode settings (PID) 22
d. I/O Modules: Required and actual inputs or outputs for 0, 10, 50, and 100 23
percent of span, rising and falling 24
9. Space for comments 25
10. Space for signing off by the General Contractor 26
27
3.4 FUNCTIONAL DEMONSTRATION TEST (FDT) 28
Refer to Section 40 61 21. 29
3.5 10-DAY SITE ACCEPTANCE TEST (SAT) 30
Refer to Section 40 61 21. 31
3.6 TRAINING 32
A. General 33
1. The cost of Owner training programs shall be included in the Contract price. The 34
training and instruction, insofar as practicable, shall be directly related to the 35
System being supplied. The training program shall represent a comprehensive 36
program covering all aspects of the operation and maintenance of the system. 37
2. All instructors shall be intimately familiar with the operation and control of the 38
Owner’s facilities. 39
B. Maintenance Training 40
Refer to Section 40 61 21. 41
1. PLC/RTU Software 42
40 68 60 - 7
APPLICATION SERVICES PROVIDER
Page 7 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
a. The training and instruction, insofar as practicable, shall be directly related the 1
System being supplied. The training shall include a field training program 2
consisting of hands-on instruction utilizing the Owners System. 3
b. One 4-hour training session shall be provided for four (4) members of the 4
Owner’s personnel on software and hardware operation and maintenance at the 5
Owner’s facility. Software training shall provide classroom and hands-on 6
instruction such that a student with experience in process instrumentation can 7
configure the system with no guidance or with only minimal supervision when 8
attempting complex problems. The training shall cover the following subjects 9
as a minimum: 10
1) System overview covering the basic system design and purpose 11
2) System hardware covering the specific hardware elements and specific 12
equipment arrangements provided are covered. 13
3) Equipment orientation in which the student becomes familiar with the 14
operational procedures (e.g., tape load, clear, keyboard, start/stop, and disk 15
load). 16
4) Specific application configuration instruction shall cover the overall design 17
and implementation of the applications as provided under this Contract. 18
The intent shall be to make the student fully knowledgeable in all aspects of 19
the system provided, along with methods for making additions, 20
modifications, and deletions to the process system. 21
5) Development of new control loops and strategies. 22
6) Complete system backup and reload procedures. 23
c. These courses shall not be concurrent with those offered by the PCSI. The 24
above listing is only a guide and is not intended to be complete. 25
3.7 CONTROL SYSTEM DIAGRAMS AND DETAILS 26
Refer to Section 40 61 96 and contract drawings. 27
END OF SECTION 28
29
40 68 60 - 8
APPLICATION SERVICES PROVIDER
Page 8 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
THIS PAGE INTENTIONALLY LEFT BLANK 1
40 70 50 - 1
INSTRUMENT SUPPORT HARDWARE
Page 1 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 70 50 1
INSTRUMENT SUPPORT HARDWARE 2
PART 1 - GENERAL 3
1.1 SCOPE OF WORK 4
A. Furnish and install instrumentation mounting and support hardware, as shown on the 5
Drawings and as specified herein. 6
B. Hardware shall include anchor systems, adhesive anchor systems, metal framing 7
systems, and other instrumentation installation mounting and support systems as 8
specified herein with additional requirements as shown on the Drawings or specified 9
within related sections. 10
1.2 RELATED WORK 11
A. No references are made to any other section which may contain work related to any 12
other section. The Contract Documents shall be taken as a whole with every section 13
related to every other section as required to meet the requirements specified. The 14
organization of the Contract Documents into specification divisions and sections is for 15
organization of the documents themselves and does not relate to the division of 16
suppliers or labor which the Contractor may choose to employ in the execution of the 17
Contract. Where references are made to other Sections and other Divisions of the 18
Specifications, the Contractor shall provide such information or additional work as may 19
be required in those references and include such information or work as may be 20
specified. 21
1.3 SUBMITTALS 22
A. Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' 23
names and product designation or catalog numbers for each of the types of materials 24
specified and were shown on the Drawings. 25
B. The submittal information, for anchor systems, shall contain manufacturer's 26
specifications and technical data including. 27
1. Acceptable base material conditions (i.e. cracked, un-cracked concrete) 28
2. Acceptable drilling methods 29
3. Acceptable bore hole conditions (dry, water saturated, water filled, under water) 30
4. Manufacturer's installation instructions including bore hole cleaning procedures and 31
adhesive injection. 32
5. Cure and gel timetables 33
6. Temperature ranges (storage, installation and in-service). 34
1.4 REFERENCE CODES AND STANDARDS 35
A. All products and components shown on the Drawings and listed in this specification 36
shall be designed and manufactured according to latest revision of the following 37
standards (unless otherwise noted): 38
1. NFPA 70 National Electrical Code (NEC) 39
2. NFPA 70E Standard for Electrical Safety in the Workplace 40
40 70 50 - 2
INSTRUMENT SUPPORT HARDWARE
Page 2 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
3. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in 1
Concrete and Masonry Elements, ASTM International. 2
4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of 3
Adhesive-Bonded Anchors, ASTM International 4
5. AC308; Acceptance Criteria for Post-Installed Anchors in Concrete Elements, 5
Latest revision. 6
6. SAE 316 Stainless Steel Grades 7
B. All equipment components and completed assemblies specified in this Section of the 8
Specifications, having a UL standard, shall bear the appropriate label of Underwriters 9
Laboratories. 10
1.5 QUALITY ASSURANCE 11
A. The manufacturer of these materials shall have produced similar electrical materials and 12
equipment for a minimum period of five (5) years. When requested by the 13
Owner/Engineer, an acceptable list of installations with similar equipment shall be 14
provided demonstrating compliance with this requirement. 15
1.6 JOBSITE DELIVERY, STORAGE AND HANDLING 16
A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal 17
requirements, and present to the Owner/Engineer upon delivery of the equipment an 18
approved copy of all such submittals. Delivery of incomplete constructed equipment, 19
onsite factory work, or failed factory tests will not be permitted. 20
B. Materials shall be handled and stored in accordance with the manufacturer’s 21
instructions. 22
C. Adhesive Anchor Systems. 23
1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened 24
containers, identified with brand, type, and ICC-ES Evaluation Report number. 25
2. Coordinate delivery of materials with scheduled installation date, minimizing 26
storage time at jobsite. 27
3. Store materials under cover and protect from weather and damage in compliance 28
with Manufacturer's requirements, including temperature restrictions. 29
4. Comply with recommended procedures, precautions or remedies described in 30
material safety data sheets as applicable. 31
5. Do not use damaged or expired materials. 32
6. Storage restrictions (temperature range) and expiration date must be supplied with 33
product 34
D. Metal Framing Systems 35
1. Material shall be new and unused, with no signs of damage from handling. 36
1.7 WARRANTY 37
A. The Manufacturer shall warrant the equipment to be free from defects in material and 38
workmanship for 1 year from date of final acceptance of the equipment. Within such 39
period of warranty, the Manufacturer shall promptly furnish all material and labor 40
necessary to return the equipment to new operating condition. 41
40 70 50 - 3
INSTRUMENT SUPPORT HARDWARE
Page 3 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
PART 2 - PRODUCTS 1
2.1 ANCHORING SYSTEMS 2
A. Acceptable Manufacturers 3
1. Subject to compliance with the Contract Documents, the following Manufacturers 4
are acceptable: 5
a. HILTI Kwik Bolt 3 6
b. Approved equal 7
2. The listing of specific manufacturers above does not imply acceptance of their 8
products that do not meet the specified ratings, features and functions. 9
Manufacturers listed above are not relieved from meeting these specifications in 10
their entirety. 11
B. Product Description 12
1. Torque controlled expansion anchor consisting of anchor body, expansion element 13
(wedges), washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 14
2. All parts and materials shall be manufactured of 316 stainless steel and conform to 15
SAE 316 standards. 16
3. UL 203 Rated. 17
2.2 ADHESIVE ANCHORING SYSTEMS 18
A. Acceptable Manufacturers 19
1. Subject to compliance with the Contract Documents, the following Manufacturers 20
are acceptable: 21
a. HILTI HIT-RTZ with HIT-HY 200 MAX. 22
b. Approved equal 23
2. The listing of specific manufacturers above does not imply acceptance of their 24
products that do not meet the specified ratings, features and functions. 25
Manufacturers listed above are not relieved from meeting these specifications in 26
their entirety. 27
B. Product Description 28
1. Anchor body with helical cone shaped thread on the embedded end and standard 29
threads on the exposed end, with washer and nut, inserted into Injection adhesive. 30
Anchor shall be used for anchor sizes 3/8 inch and larger. 31
2. All parts and material shall be manufactured of 316 Stainless Steel and shall 32
conform to SAE 316 standards. 33
2.3 U-CHANNEL SUPPORT SYSTEMS 34
A. Acceptable Manufacturers 35
1. Subject to compliance with the Contract Documents, the following Manufacturers 36
are acceptable: 37
a. Tyco Unistrut 38
b. B-Line 39
c. Super-Strut 40
d. Approved equal 41
40 70 50 - 4
INSTRUMENT SUPPORT HARDWARE
Page 4 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. The listing of specific manufacturers above does not imply acceptance of their 1
products that do not meet the specified ratings, features and functions. 2
Manufacturers listed above are not relieved from meeting these specifications in 3
their entirety. 4
B. Product Description 5
1. Metal framing system for use in the mounting or support of electrical systems, 6
panels and enclosures, and including lighting fixture supports, trapeze hangers and 7
conduit supports. 8
2. Components shall consist of telescoping channels, slotted back-to-back channels, 9
end clamps all-threads and conduit clamps. 10
3. Minimum sizes shall be 13/16” through 3-1/4” 11
4. Components shall be assembled by means of flat plate fittings, 90-degree angle 12
fittings, braces, clevis fittings, U-fittings, Z-fittings, Wing-fittings, Post Bases, 13
channel nuts, washers, etc. 14
5. Field welding of components will not be permitted. 15
6. Unless otherwise specified or shown on the Drawings, all parts shall be 16
manufactured of 316 stainless steel and conform to SAE 316 standards. 17
7. Framing systems for chlorine and ammonia rooms shall be manufactured of 18
structural fiberglass. 19
2.4 INSTRUMENT FLOOR STANDS 20
A. Acceptable Manufacturers 21
1. Subject to compliance with the Contract Documents, the following Manufacturers 22
are acceptable: 23
a. O’Brien Saddlepak 24
b. Channel Track 25
c. Techline Manufacturing 26
d. Approved equal 27
2. The listing of specific manufacturers above does not imply acceptance of their 28
products that do not meet the specified ratings, features and functions. 29
Manufacturers listed above are not relieved from meeting these specifications in 30
their entirety. 31
B. Product Description 32
1. Floor mount pipe stands for use in the mounting or support of Instrumentation 33
Transmitters. 34
2. Stand shall consist of a 10 by 10-inch base plate of 1/4 inch steel with a minimum 35
40-inch-long 2-inch steel tube center welded with a minimum of two 8 inch long 36
gussets fully welded for maximum strength. The base plate shall have slotted 37
mounting holes near all four corners. 38
3. The stand shall be fully zinc metallized or hot dip galvanize coated. 39
4. Field welding of components will not be permitted. 40
2.5 INSTRUMENT SUNSHIELD 41
A. Acceptable Manufacturers 42
1. Subject to compliance with the Contract Documents, the following Manufacturers 43
are acceptable: 44
40 70 50 - 5
INSTRUMENT SUPPORT HARDWARE
Page 5 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
a. International Metal Engineering Pte. Ltd 1
b. O’BRIEN VIPAK 2
c. Approved equal 3
2. The listing of specific manufacturers above does not imply acceptance of their 4
products that do not meet the specified ratings, features and functions. 5
Manufacturers listed above are not relieved from meeting these specifications in 6
their entirety. 7
B. Product Description 8
1. Pipe stand or structure mounted sunshield for use in the protection of 9
instrumentation from direct sunlight. 10
2. Sunshield shall consist of a minimum 10-inch overhang with a clear view of the 11
instrument display and working space for service of the instrumentation without 12
removal. The sunshield shall be made of 316 Stainless Steel unless otherwise 13
shown on the drawings. All mounting hardware shall be furnished from 316 14
Stainless steel materials. Alternate materials if shown shall be Aluminum or 15
fiberglass reinforced plastic with UV inhibitors. 16
3. All aluminum or stainless-steel Sunshields shall have all edges ground smooth 17
without burs or sharp edges. 18
2.6 INSTRUMENT HEATTRACED ENCLOSURE 19
A. Acceptable Manufacturers 20
1. Subject to compliance with the Contract Documents, the following Manufacturers 21
are acceptable: 22
a. O’BRIEN HEATPAK 23
b. Approved equal 24
2. The listing of specific manufacturers above does not imply acceptance of their 25
products that do not meet the specified ratings, features and functions. 26
Manufacturers listed above are not relieved from meeting these specifications in 27
their entirety. 28
B. Product Description 29
1. Pipe stand or structure mounted heat traced enclosure for use in the protection of 30
instrumentation from freezing. 31
2. Freeze protection shall consist of a nonmetallic insulated enclosure specifically 32
designed for instrumentation transmitters and related appurtenances. 33
3. Enclosure will have easy opening luggage style latches made of stainless steel for 34
easy access to the instrument. The internal portion of the enclosure will have an 35
integral heater with thermostat and hat traced sensing tubing to the process 36
connection. 37
2.7 INSTRUMENT TUBING AND FITTINGS 38
A. Acceptable Manufacturers 39
1. Subject to compliance with the Contract Documents, the following Manufacturers 40
are acceptable: 41
a. Tubing 42
1) Swagelok 43
2) Parker 44
3) Approved equal 45
40 70 50 - 6
INSTRUMENT SUPPORT HARDWARE
Page 6 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
b. Fittings 1
1) Swagelok 2
2) Parker 3
3) Approved equal 4
c. Valves 5
1) Whitney 6
2) Parker 7
3) Approved Equal 8
2. The listing of specific manufacturers above does not imply acceptance of their 9
products that do not meet the specified ratings, features and functions. 10
Manufacturers listed above are not relieved from meeting these specifications in 11
their entirety. 12
B. Product Description 13
1. All instrument air header and branch connections shall be 316 stainless steel 14
materials. 15
2. All instruments shut-off valves and associated fittings shall be supplied in 16
accordance with the piping specifications and all instrument installation details. 17
Fittings shall be 316 stainless-steel. Valves shall be 316 stainless steel. 18
3. All instrument tubing shall be fully annealed ASTM A269 Seamless 316 grade free 19
of O.D. scratches and having the following dimensional characteristics as required 20
to fit the specific installation: 21
a. 1/4-in to 1/2-in O.D. x 0.035 wall thickness 22
b. 5/8-in to 1-in O.D. x 0.049 wall thickness 23
c. 1-in O.D. x 0.065 wall thickness 24
d. 1-1/4-in O.D. x 0.065 wall thickness 25
e. 1-1/2-in O.D. x 0.083 wall thickness 26
f. 2-in O.D. x 0.095 wall thickness 27
4. All process connections to instruments shall be annealed 1/2-in O.D. stainless steel 28
tubing, Type 316. 29
5. All mounting hardware shall be provided of 316 Stainless steel. 30
6. All tubing shall be supported by stainless steel and installed as per manufacturer's 31
installation instructions. 32
2.8 STAINLESS TIES 33
A. Acceptable Manufacturers 34
1. Subject to compliance with the Contract Documents, the following Manufacturers 35
are acceptable: 36
a. PANDUIT 37
b. PHONIX CONTACT 38
c. Gardner Bender 39
d. Approved Equal 40
2. The listing of specific manufacturers above does not imply acceptance of their 41
products that do not meet the specified ratings, features and functions. 42
Manufacturers listed above are not relieved from meeting these specifications in 43
their entirety. 44
B. Product Description 45
1. Cable Ties for securing and supporting of flexible raceway and conductors. 46
40 70 50 - 7
INSTRUMENT SUPPORT HARDWARE
Page 7 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. Self-locking mechanism. 1
3. Material shall be 304 Stainless Steel unless otherwise directed as shown on the 2
drawings. 3
C. Locations for Use 4
1. Cable Ties of stainless steel to be used in wet environments, where exposed to 5
process, or when exposed to sunlight 6
2. Self-locking mechanism. 7
PART 3 - EXECUTION 8
3.1 GENERAL 9
A. The Contractor shall install all equipment strictly in accordance with the manufacturer's 10
instructions and the Contract Drawings. 11
B. The location of all devices is shown, in general, on the Drawings and may be varied 12
within reasonable limits so as to avoid any piping or other obstruction without extra 13
cost, subject to the approval of the Owner. Coordinate the installation of the devices for 14
piping and equipment clearance. 15
C. No electrical equipment, Instrumentation or raceways shall be attached to or supported 16
from, sheet metal walls. 17
D. Install required safety labels. 18
3.2 FIELD QUALITY CONTROL 19
A. Inspect equipment installed for anchoring, alignment, grounding and physical damage. 20
B. Check the tightness of all accessible electrical connections. Minimum acceptable values 21
are specified in manufacturer's instructions. 22
3.3 POST INSTALLED ANCHOR SYSTEMS 23
A. Prior to installation of the anchor systems, the hole shall be clean and dry in accordance 24
with the manufacturer’s instructions. 25
3.4 CLEANING 26
A. Remove all rubbish and debris from inside and around the installation. Remove dirt, 27
dust, or concrete spatter from the interior and exterior of the equipment using brushes, 28
vacuum cleaner, or clean, lint free rags. Do not use compressed air. 29
END OF SECTION 30
31
40 70 50 - 8
INSTRUMENT SUPPORT HARDWARE
Page 8 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
THIS PAGE INTENTIONALLY LEFT BLANK 1
40 71 00 - 1
FLOW MEASUREMENT
Page 1 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 71 00 1
FLOW MEASUREMENT DEVICES 2
PART 1 - GENERAL 3
1.1 SCOPE OF WORK 4
A. Furnish, install and test all flow measurement, flow control devices and appurtenances, 5
as shown on the Drawings, specified in the Related Work Sections and Divisions, and 6
as specified herein. 7
B. Flow equipment, specified in other Divisions, shall be manufactured in accordance with 8
this Section and submitted as a part of the equipment specified in other Divisions. 9
1.2 RELATED WORK 10
A. No references are made to any other section which may contain work related to any 11
other section. The Contract Documents shall be taken as a whole with every section 12
related to every other section as required to meet the requirements specified. The 13
organization of the Contract Documents into specification divisions and sections is for 14
organization of the documents themselves and does not relate to the division of 15
suppliers or labor which the Contractor may choose to employ in the execution of the 16
Contract. Where references are made to other Sections and other Divisions of the 17
Specifications, the Contractor shall provide such information or additional work as may 18
be required in those references and include such information or work as may be 19
specified. 20
1.3 SUBMITTALS 21
A. Submit catalog data for all items supplied from this specification Section as applicable. 22
Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., 23
sufficient to confirm that the meter or relay provides every specified requirement. Any 24
options or exceptions shall be clearly indicated. 25
B. Submittals for equipment specified herein, for other Sections or Divisions, shall be 26
made as a part of equipment submittals furnished under other Sections or Divisions. 27
C. Installation experience documentation shall be submitted for approval with the Section 28
Equipment Submittal 29
D. Operation and Maintenance Manuals. 30
1. Operation and Maintenance manuals shall be constructed in accordance with 31
Division 1 and shall include the following information: 32
a. Manufacturer’s contact address and telephone number for parts and service. 33
b. Instruction books and/or leaflets 34
c. Recommended renewal parts list 35
d. Record Documents for the information required by the Submittals above. 36
1.4 REFERENCE CODES AND STANDARDS 37
A. The equipment in this specification shall be designed and manufactured according to 38
latest revision of the following standards (unless otherwise noted): 39
1. ISO 2975/VII liquids and BS 5857-2.4 for gases. Transit Time Meters 40
40 71 00 - 2
FLOW MEASUREMENT
Page 2 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. American Society of Mechanical Engineers (ASME). 1971. Fluid meters: Their 1
theory and application. 2
3. ASME PTC 19.2 Pressure Measurement 3
4. ANSI B88.1 Pressure Transducers Calibration 4
5. ISA S37.6 Strain Gage Transducers Potentiometric 5
6. Calibration AVS 6.2, 6.4, 6.5 Hazardous Areas 6
7. IEC 79-10 Intrinsically Safe Circuits 7
8. ANSI 913 Electrical Instruments in Hazardous Atmospheres 8
B. All meters, relays and associated equipment shall comply with the requirements of the 9
National Electric Code and Underwriters Laboratories (UL) where applicable. 10
C. Each specified device shall also conform to the standards and codes listed in the 11
individual device paragraphs. 12
1.5 QUALITY ASSURANCE 13
A. The manufacturer of this equipment shall have produced similar instrumentation 14
equipment for a minimum period of five (5) years. When requested by the 15
Owner/Engineer, an acceptable list of installations with similar equipment shall be 16
provided demonstrating compliance with this requirement. 17
B. Equipment submitted shall fit within the space or location shown on the Drawings. 18
Equipment which does not fit within the space or location is not acceptable. 19
C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 20
1.6 WARRANTY 21
A. The Manufacturer shall warrant the equipment to be free from defects in material and 22
workmanship for two (2) years from date of acceptance of the equipment containing the 23
items specified in this Section. Within such period of warranty, the Manufacturer shall 24
promptly furnish all material and labor necessary to return the equipment to new 25
operating condition. Any warranty work requiring shipping or transporting of the 26
equipment shall be performed by the Contractor at no expense to the Owner. 27
PART 2 - PRODUCTS 28
2.1 ELECTROMAGNETIC FLOW METER 29
A. Subject to compliance with the Contract Documents, the following Manufacturers are 30
acceptable: 31
1. Siemens 32
2. Endress & Hauser 33
3. Approved Equal 34
B. The listing of specific manufacturers above does not imply acceptance of their products 35
that do not meet the specified ratings, features and functions. Manufacturers listed 36
above are not relieved from meeting these specifications in their entirety. 37
C. General 38
1. Provide sufficient lengths of Manufacturer’s specialty cables for installation of 39
power and signal conductors as provided with each instrument. 40
40 71 00 - 3
FLOW MEASUREMENT
Page 3 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. Provide a hand-held programmer, for each transmitter, where full setup is not 1
available for the instrument directly. 2
D. Type 3
1. Microprocessor based intelligent type. 4
E. Function/Performance: 5
1. Output: 4-20 mA DC. Output shall be linear for pressure applications. 6
2. Accuracy: 0.5 percent of span (linear output). 7
3. Stability: Combined temperature effects shall be less than 0.2 percent of maximum 8
span per 50 degrees F temperature change. Effect on accuracy, due to static 9
pressure changes, shall be negligible. 10
4. RFI Protection: 0.1 percent error between 27 and 500 MHZ at 30 v/m field 11
intensity. 12
5. Drift: 0.10 percent per six months for 4-20 mA output. 13
6. Temperature rating: Suitable for process liquid temperature up to 70 degrees C 14
and an ambient of 65 degrees C. 15
7 Pressure rating: 240 PSI if 150 lb flanges are used; 700 PSI if 300 lb flanges are 16
used. 17
8. Meter shall be capable of running empty indefinitely without damage to any 18
component. 19
F. Physical: 20
1. Metering Tube 21
a. Carbon steel with 304 Stainless interiors unless otherwise indicated. 22
b. Electrical Classification: Rating shall be FM approved for the location shown 23
on the Drawings 24
c. Tube Flanges: Match piping AWWA rating of the pipe. Minimum AWWA 25
150# Flange. 26
d. Tube Liner: Polyurethane or EDPM unless noted otherwise. 27
e. Tube Electrodes: ANSI 316 stainless steel or Hastelloy C, bullet nosed or 28
elliptical self-cleaning type unless otherwise noted. 29
f. Tube Housing: Meters in below grade, vaults, basements, etc., shall be 30
designed for accidental submergence in 10 feet of water for 24 hours. Meters 31
above grade shall be of splash proof/drip proof design unless otherwise noted. 32
g. Painting: All external surfaces shall be painted with a chemical and corrosion 33
resistant epoxy finish. 34
2. Transmitter 35
a. Transmitter Enclosure: NEMA 4X. 36
b. Electrical Classification: Rating shall be FM approved for the location shown 37
on the Drawings 38
G. Power Requirements 39
1. As shown on the Drawings. 40
H. Options/ Accessories 41
1. Factory calibration: Each meter shall be factory calibrated, with a copy of the 42
Report delivered with the device and in the O&M manual. 43
40 71 00 - 4
FLOW MEASUREMENT
Page 4 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. Grounding: Meter shall be grounded with rings. All materials shall be suitable and 1
not effected buy for the liquid being measured Provide 316 Stainless Steel ground 2
rings unless otherwise recommended in writing from the meter manufacture, 3
electrical bonding wires/straps, and gaskets, etc. 4
PART 3 - EXECUTION 5
3.1 INSTALLER’S QUALIFICATIONS 6
A. Installer shall be specialized in installing this type of equipment with minimum 5 years 7
documented experience 8
3.2 EXAMINATION 9
A. Examine installation area to assure there is enough clearance to install the equipment. 10
B. Verify that the equipment is ready to install. 11
C. Verify field measurements are as instructed by the manufacturer. 12
3.3 INSTALLATION 13
A. The Contractor shall install all equipment per the manufacturer's recommendations and 14
Contract Drawings. 15
B. All process connections shall be 316 stainless steel tubing, 3/8” minimum, unless 16
otherwise shown on the Drawings. Fittings shall be of the compression type, 316 17
stainless steel. 18
C. All conduit entries into the instruments shall use hubs of watertight, threaded 19
aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B 20
H150GRA Series, or equal. 21
D. Install stainless steel instrument labels with instrument ID, secured with safety wire. 22
E. All non-loop powered instrument transmitters shall have an approved disconnecting 23
means for power mounted within reach of the transmitter. 24
3.4 RACEWAY SEALING 25
A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all 26
entrances shall be sealed with 3M 1000NS Watertight Sealant, or approved equal. 27
3.5 FIELD QUALITY CONTROL 28
A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 29
B. Check tightness of all accessible electrical connections. Minimum acceptable values 30
shall be specified in the manufacturer's instructions. 31
3.6 FIELD ADJUSTING 32
A. Adjust all equipment for proper range and field conditions, as described in the 33
manufacturer's instructions. 34
B. Any field adjustments, required for proper system operation, shall be included in the 35
Final O&M. 36
40 71 00 - 5
FLOW MEASUREMENT
Page 5 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
3.7 FIELD TESTING 1
A. Perform all electrical field tests recommended by the manufacturer. 2
B. Test each interlock system for proper functioning. 3
C. Test all control logic for proper operation. 4
3.8 CLEANING 5
A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, 6
dust, or concrete spatter from the interior and exterior of the equipment using brushes, 7
vacuum cleaner, or clean, lint free rags. Do not use compressed air. 8
3.9 EQUIPMENT PROTECTION AND RESTORATION 9
A. Touch-up and restore damaged surfaces to factory finish, as approved by the 10
manufacturer. If the damaged surface cannot be returned to factory specification, the 11
surface shall be replaced. 12
END OF SECTION 13
14
40 71 00 - 6
FLOW MEASUREMENT
Page 6 of 6
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
THIS PAGE INTENTIONALLY LEFT BLANK 1
40 72 00 - 1
LEVEL MEASUREMENT DEVICES
Page 1 of 6
CITY OF FORT WORTH FORCE MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
SECTION 40 72 00 1
LEVEL MEASUREMENT DEVICES 2
PART 1 - GENERAL 3
1.1 SCOPE OF WORK 4
A. Furnish, install and test all level measurement, level control devices and appurtenances, 5
as shown on the Drawings, specified in the Related Work Sections and Divisions, and 6
as specified herein. 7
B. Level equipment, specified in other Divisions, shall be manufactured in accordance 8
with this Section, and submitted as a part of the equipment specified in other Divisions. 9
1.2 RELATED WORK 10
A. No references are made to any other section which may contain work related to any 11
other section. The Contract Documents shall be taken as a whole with every section 12
related to every other section as required to meet the requirements specified. The 13
organization of the Contract Documents into specification divisions and sections is for 14
organization of the documents themselves and does not relate to the division of 15
suppliers or labor which the Contractor may choose to employ in the execution of the 16
Contract. Where references are made to other Sections and other Divisions of the 17
Specifications, the Contractor shall provide such information or additional work as may 18
be required in those references and include such information or work as may be 19
specified. 20
1.3 SUBMITTALS 21
A. Submit catalog data for all items supplied from this specification Section as applicable. 22
Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., 23
sufficient to confirm that the meter or relay provides every specified requirement. Any 24
options or exceptions shall be clearly indicated. 25
B. Submittals for equipment specified herein, for other Sections or Divisions, shall be 26
made as a part of equipment submittals furnished under other Sections or Divisions. 27
C. Installation experience documentation shall be submitted for approval with the Section 28
Equipment Submittal 29
D. Operation and Maintenance Manuals. 30
1. Operation and Maintenance manuals shall be constructed in accordance with 31
Division 1 and shall include the following information: 32
a. Manufacturer’s contact address and telephone number for parts and service. 33
b. Instruction books and/or leaflets 34
c. Recommended renewal parts list 35
d. Record Documents for the information required by the Submittals above. 36
1.4 REFERENCE CODES AND STANDARDS 37
A. The equipment in this specification shall be designed and manufactured according to 38
latest revision of the following standards (unless otherwise noted): 39
1. National Electrical Safety Code (NESC) 40
40 72 00 - 2
LEVEL MEASUREMENT DEVICES
Page 2 of 6
CITY OF FORT WORTH FORCE MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
2. Occupational Safety and Health Administration (OSHA) 1
3. National Fire Protection Association (NFPA) 2
4. National Electrical Manufacturers Association (NEMA) 3
5. American National Standards Institute (ANSI) 4
6. Insulated Cable Engineers Association (ICEA) 5
7. Instrumentation Society of Automation (ISA) 6
8. Underwriters Laboratories (UL) 7
9. UL 508, the Standard of Safety for Industrial Control Equipment 8
10. UL 508A, the Standard of Safety for Industrial Control Panels 9
11. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 10
12. NFPA 79, Electrical Standard for Industrial Machinery 11
13. Factory Mutual (FM) 12
14. All equipment and installations shall satisfy applicable Federal, State, and local 13
codes. 14
1.5 QUALITY ASSURANCE 15
A. The manufacturer of this equipment shall have produced similar instrumentation 16
equipment for a minimum period of five (5) years. When requested by the 17
Owner/Engineer, an acceptable list of installations with similar equipment shall be 18
provided demonstrating compliance with this requirement. 19
B. Equipment submitted shall fit within the space or location shown on the Drawings. 20
Equipment which does not fit within the space or location is not acceptable. 21
C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 22
1.6 WARRANTY 23
A. The Manufacturer shall warrant the equipment to be free from defects in material and 24
workmanship for two (2) years from date of acceptance of the equipment containing the 25
items specified in this Section. Within such period of warranty, the Manufacturer shall 26
promptly furnish all material and labor necessary to return the equipment to new 27
operating condition. Any warranty work requiring shipping or transporting of the 28
equipment shall be performed by the Contractor at no expense to the Owner. 29
PART 2 - PRODUCTS 30
2.1 FLOAT TYPE LEVEL SWITCHES 31
A. Subject to compliance with the Contract Documents, the following Manufacturers are 32
acceptable: 33
1. Contegra FS-90 34
2. Flygt Model ENM-10. 35
3. Endress+Hauser FTS20 36
B. The listing of specific manufacturers above does not imply acceptance of their products 37
that do not meet the specified ratings, features and functions. Manufacturers listed 38
above are not relieved from meeting these specifications in their entirety. 39
C. General 40
40 72 00 - 3
LEVEL MEASUREMENT DEVICES
Page 3 of 6
CITY OF FORT WORTH FORCE MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
1. Provide sufficient lengths of Manufacturer’s specialty cables for installation of 1
power and signal conductors as provided with each instrument. 2
D. Type: 3
1. The switch assembly shall be weighed and suspended on the stainless cable as per 4
the detail within the plans. 5
E. Function/Performance: 6
1. Temperature Rating: 0-50 degrees C. 7
2. Contact Rating: Up to 150V AC/DC and 1 amps AC, 1 amps DC. 8
3. Contact Arrangement: Form C contact which is field selectable normally open or 9
closed. 10
F. Physical: 11
1. Contact: Sealed mercury free switch housed in a chemical-resistant polypropylene 12
or Stainless-Steel casing. 13
2. Switch shall have a rating for the area in which it is installed. 14
3. Flexible Support Cable: Synthetic four wire cable, minimum 19 AWG wire. 15
4. Specific Gravity: Match to fluid being measured. 16
G. Power Requirements 17
1. None 18
H. Required Options/Accessories 19
1. Provide flexible support cables of sufficient length to ensure no splice or 20
connection is required in the wet well. 21
2. Provide junction box rated for the area in which it is installed. 22
3. Provide stainless steel support/mounting accessories as required. 23
I. Installation 24
1. Provide All Hardware from the manufacture for the installation as described and 25
shown on the plans. 26
2. Provide stainless steel wire ties for all cables within the wet well area or exposed to 27
outdoor environments. 28
2.2 RADAR LEVEL TRANSMITTERS 29
A. Subject to compliance with the Contract Documents, the following Manufacturers are 30
acceptable: 31
1. Siemens SITRANS LR110 Séries. 32
3. Endress+Hauser FMR20 33
4. No Equal 34
B. The listing of specific manufacturers above does not imply acceptance of their products 35
that do not meet the specified ratings, features and functions. Manufacturers listed 36
above are not relieved from meeting these specifications in their entirety. 37
C. General 38
1. Principle: To pulse K Band signals form the transducer toward the liquid and 39
receive the echo measuring the time between sending and receiving the pulse signal 40
and proportioning that to the measured liquid depth. 41
40 72 00 - 4
LEVEL MEASUREMENT DEVICES
Page 4 of 6
CITY OF FORT WORTH FORCE MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
D. Type: 1
1. Bluetooth setup 2
2. Class 1 Division 1 rated 3
E. Function Performance 4
1. Function: To sense variable liquid level. 5
2. Input Power: From transmitter signal wire 4 – 20 mA 24 VDC. 6
3. Range Capability: 1 foot to 50 feet minimum 7
4. Beam Angle: 10 degrees or less 8
5. Shall have integral temperature compensation unit. 9
6. Accuracy. Current output 1 percent of selected full-scale range. 10
7. Repeatability. 0.25 percent full scale. 11
F. Physical 12
1. Mounting: Pipe thread. 13
2. Antennae shall be shaped to optimize reading accuracy and desired location. 14
G. Options/Accessories 15
1. Provide stainless steel hardware. 16
PART 3 - EXECUTION 17
3.1 INSTALLER’S QUALIFICATIONS 18
A. Installer shall be specialized in installing this type of equipment with minimum 5 years 19
documented experience 20
3.2 EXAMINATION 21
A. Examine installation area to assure there is enough clearance to install the equipment. 22
B. Verify that the equipment is ready to install. 23
C. Verify field measurements are as instructed by the manufacturer. 24
3.3 INSTALLATION 25
A. The Contractor shall install all equipment per the manufacturer's recommendations and 26
Contract Drawings. 27
B. All process connections shall be 316 stainless steel tubing, 3/8” minimum, unless 28
otherwise shown on the Drawings. Fittings shall be of the compression type, 316 29
stainless steel. 30
C. All conduit entries into the instruments shall use hubs of watertight, threaded 31
aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B 32
H150GRA Series, or equal. 33
D. Install stainless steel instrument labels with instrument ID, secured with safety wire. 34
E. All non-loop powered instrument transmitters shall have an approved disconnecting 35
means for power mounted within reach of the transmitter. 36
40 72 00 - 5
LEVEL MEASUREMENT DEVICES
Page 5 of 6
CITY OF FORT WORTH FORCE MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
3.4 RACEWAY SEALING 1
A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all 2
entrances shall be sealed with 3M 1000NS Watertight Sealant or approved equal. 3
3.5 FIELD QUALITY CONTROL 4
A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 5
B. Check tightness of all accessible electrical connections. Minimum acceptable values 6
shall be specified in the manufacturer's instructions. 7
3.6 FIELD ADJUSTING 8
A. Adjust all equipment for proper range and field conditions, as described in the 9
manufacturer's instructions. 10
B. Any field adjustments, required for proper system operation, shall be included in the 11
Final O&M. 12
3.7 FIELD TESTING 13
A. Perform all electrical field tests recommended by the manufacturer. 14
B. Test each interlock system for proper functioning. 15
C. Test all control logic for proper operation. 16
3.8 CLEANING 17
A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, 18
dust, or concrete spatter from the interior and exterior of the equipment using brushes, 19
vacuum cleaner, or clean, lint free rags. Do not use compressed air. 20
3.9 EQUIPMENT PROTECTION AND RESTORATION 21
A. Touch-up and restore damaged surfaces to factory finish, as approved by the 22
manufacturer. If the damaged surface cannot be returned to factory specification, the 23
surface shall be replaced. 24
END OF SECTION 25
26
40 72 00 - 6
LEVEL MEASUREMENT DEVICES
Page 6 of 6
CITY OF FORT WORTH FORCE MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
THIS PAGE INTENTIONALLY LEFT BLANK 1
40 78 00 - 1
PANEL MOUNTED CONTROL DEVICES
Page 1 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 78 00 1
PANEL MOUNTED CONTROL DEVICES 2
PART 1 - GENERAL 3
1.1 SCOPE OF WORK 4
A. This Section of the Specifications describes the requirements for panel mounted 5
equipment to be furnished under other Sections of the Specifications as listed in the 6
Related Work paragraph of this Section. 7
B. All equipment described herein shall be submitted and furnished as an integral part of 8
equipment specified elsewhere in these Specifications. 9
1.2 RELATED WORK 10
A. No references are made to any other section which may contain work related to any 11
other section. The Contract Documents shall be taken as a whole with every section 12
related to every other section as required to meet the requirements specified. The 13
organization of the Contract Documents into specification divisions and sections is for 14
organization of the documents themselves and does not relate to the division of 15
suppliers or labor which the Contractor may choose to employ in the execution of the 16
Contract. Where references are made to other Sections and other Divisions of the 17
Specifications, the Contractor shall provide such information or additional work as may 18
be required in those references and include such information or work as may be 19
specified. 20
1.3 SUBMITTALS 21
A. Submittals for equipment specified herein shall be made as a part of equipment 22
furnished under other Sections. Individual submittals for equipment specified herein 23
will not be accepted and will be returned un-reviewed. 24
B. Submit catalog data for all items supplied from this specification section as applicable 25
with the control panel submittal as referenced in the related work paragraph. Submittal 26
shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to 27
confirm that the devices provide every specified requirement. Any options or 28
exceptions shall be clearly indicated. 29
1.4 REFERENCE CODES AND STANDARDS 30
A. The equipment in this specification shall be designed and manufactured according to 31
the latest revision of the following standards (unless otherwise noted): 32
1. NEMA/ISCI 109 Transient Over Voltage Withstand Test 33
2. IEEE Std. 472/ANSI C37.90.2 Withstand Capability of Relay Systems to Radiated 34
Electromagnetic Interference from Transceivers. 35
3. IEC 255.4 Surge Withstand Capability Tests 36
4. NEMA/ICS 1 General Standard for Industrial Control Systems. 37
5. NEMA/ICS 4 Terminal Blocks for Industrial Use. 38
6. NEMA/ICS 6 Enclosures for Industrial Control Systems. 39
7. NEMA LS 1 Low Voltage Surge Protective Devices. 40
40 78 00 - 2
PANEL MOUNTED CONTROL DEVICES
Page 2 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
8. UL 1449 Forth Edition – Surge Protective Devices 1
B. All equipment shall comply with the requirements of the National Electric Code and 2
Underwriters Laboratories (UL) where applicable. 3
C. Each specified device shall also conform to the standards and codes listed in the 4
individual device paragraphs. 5
1.5 QUALITY ASSURANCE 6
A. The manufacturer of this equipment shall have produced similar electrical equipment 7
for a minimum period of five (5) years. When requested by the Owner/Engineer, an 8
acceptable list of installations with similar equipment shall be provided demonstrating 9
compliance with this requirement. 10
B. Equipment submitted shall fit within the space or location shown on the Drawings. 11
Equipment which does not fit within the space or location is not acceptable. 12
C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 13
1.6 WARRANTY 14
A. The Manufacturer shall warrant the specified equipment to be free from defects in 15
material and workmanship for one (1) year from date of acceptance of the assembly 16
containing the items specified in this Section. Within such period of warranty, the 17
Manufacturer shall promptly furnish all material and labor necessary to return the 18
equipment to new operating condition. Any warranty work requiring shipping or 19
transporting of the equipment shall be performed by the Contractor at no expense to the 20
Owner. 21
PART 2 - PRODUCTS 22
2.1 MODE SELECTOR SWITCHES, PUSHBUTTONS AND INDICATING LAMPS 23
A. Subject to compliance with the Contract Documents, the following Manufacturers are 24
acceptable: 25
1. Allen Bradley 26
2. Cutler Hammer 27
3. GE 28
4. Square D 29
B. The listing of specific manufacturers above does not imply acceptance of their products 30
that do not meet the specified ratings, features and functions. Manufacturers listed 31
above are not relieved from meeting these specifications in their entirety. 32
C. Construction 33
1. 30mm Diameter 34
2. Corrosion resistant 35
3. NEMA 4/4X/13 without booted covers 36
4. “Finger safe” contact blocks, 10A rating 37
5. Function indicating colors per NFPA 79 unless otherwise shown on the Drawings. 38
6. Engraved corrosion resistant nameplates 39
7. LED lamps 40
40 78 00 - 3
PANEL MOUNTED CONTROL DEVICES
Page 3 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
8. Mode selector switches shall have 1 spare set auxiliary contacts. 1
9. Indicator lights to be Push-to-Test 2
10. Potentiometer ratings to match I/O devices connected 3
2.2 TERMINAL BLOCKS 4
A. Subject to compliance with the Contract Documents, the following Manufacturers are 5
acceptable: 6
1. Phoenix Contact 7
2. Entrelec 8
3. Weidmuller 9
4. Allen Bradley 10
B. The listing of specific manufacturers above does not imply acceptance of their products 11
that do not meet the specified ratings, features and functions. Manufacturers listed 12
above are not relieved from meeting these specifications in their entirety. 13
C. Terminal Blocks 14
1. Terminal blocks shall be DIN-rail-mounted one-piece molded plastic blocks with 15
tubular-clamp-screw type, with end barriers, dual side terminal block numbers and 16
terminal group identifiers. Terminal blocks shall be rated for 600 volts except for 17
control and instrumentation circuits, or 4-20 mA analog signal conductors. 18
2. Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 19
120 volts to ground. 20
3. Provide 600 volt rated strap screw terminal blocks for any power conductors 21
carrying over 20 amps, at any voltage. Terminals shall be double sided and 22
supplied with removable covers to prevent accidental contact with live circuits. 23
4. Power conductors carrying over 20 amps, at any voltage shall be terminated to 24
strap-screw type terminal blocks with crimp type, pre-insulated, ring-tongue lugs. 25
Lugs shall be of the appropriate size for the terminal block screws and for the 26
number and size of the wires terminated. Do not terminate more than one 27
conductor in any lug, and do not land more than two conductors under any strap-28
screw terminal point. 29
5. Terminals shall have permanent, legible identification, clearly visible with the 30
protective cover removed. Each terminal block shall have 20 percent spare 31
terminals, but not less than two spare terminals. 32
6. Do not land more than two conductors per terminal point. Use the manufacturer’s 33
provided bridge connectors to interconnect terminal blocks terminating common or 34
ground conductors. 35
7. Twisted shielded pair or triad cables shall have each individual conductor and 36
shield drain wire landed on individual terminal blocks. Use the manufacturer’s 37
provided bridge connectors to interconnect terminal blocks terminating the shield 38
drain wire conductors. 39
8. Control circuits, 120 volts and below, and 4-20 mA analog signal conductors shall 40
be terminated with manufacturer’s recommended ferrules. Ferrules shall be 41
provided with plastic sleeves. 42
9. Provide an AC ground bar bonded to the panel enclosure, if metal, with 20 percent 43
spare terminals. 44
10. Provided ground terminal blocks for each twisted-shielded pair drain wire. 45
40 78 00 - 4
PANEL MOUNTED CONTROL DEVICES
Page 4 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2.3 WIRE TROUGHS 1
A. Subject to compliance with the Contract Documents, the following Manufacturers are 2
acceptable: 3
1. Panduit 4
2. Taylor 5
3. Approved equal 6
B. The listing of specific manufacturers above does not imply acceptance of their products 7
that do not meet the specified ratings, features and functions. Manufacturers listed 8
above are not relieved from meeting these specifications in their entirety. 9
C. All wiring shall be enclosed in PVC wire trough with slotted side openings and 10
removable cover. Plan wire routing such that no low voltage twisted shielded pair cable 11
conducting analog 4-20 mA signals or communications low voltage analog signals are 12
routed in the same wire trough as conductors carrying discrete signals or power 13
2.4 DIN RAILS 14
A. Subject to compliance with the Contract Documents, the following Manufacturers are 15
acceptable: 16
1. Phoenix Contact 17
2. Entrelec 18
3. Weidmuller 19
4. Allen Bradley 20
B. The listing of specific manufacturers above does not imply acceptance of their products 21
that do not meet the specified ratings, features and functions. Manufacturers listed 22
above are not relieved from meeting these specifications in their entirety. 23
C. Standard 35 mm rails shall be made of steel zinc-plated and chromated. Rails shall be 24
7.5 mm tall minimum and meet standard EN 60715: 2001. 25
2.5 SIGNAL ISOLATORS, BOOSTERS, CONVERTERS 26
A. Subject to compliance with the Contract Documents, the following Manufacturers are 27
acceptable: 28
1. Phoenix Contact 29
2. Acromag Inc. 30
3. Moore Industries 31
B. The listing of specific manufacturers above does not imply acceptance of their products 32
that do not meet the specified ratings, features and functions. Manufacturers listed 33
above are not relieved from meeting these specifications in their entirety. 34
1. Type: 35
a. Externally powered solid-state electronic type. Loop powered devices are not 36
acceptable. 37
2. Functional/Performance: 38
a. Accuracy - 0.15 percent. 39
b. Inputs - Current, voltage, frequency, temperature, or resistance as required. 40
c. Outputs - Current or voltage as required. 41
40 78 00 - 5
PANEL MOUNTED CONTROL DEVICES
Page 5 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
d. Isolation - There shall be complete isolation between input circuitry, output 1
circuitry, and the power supply. 2
e. Adjustments - Zero and span adjustment shall be provided. 3
f. Protection - Provide RFI protection. 4
g. 24 Volt DC power input. 5
3. Physical: 6
a. Mounting - Suitable for DIN Rail mounting in an enclosure or instrument rack. 7
When shown indoors. NEMA 4X Class 1 Div 2 rated enclosure when shown 8
outdoors or in a wet location. 9
4. Options/Accessories Required: 10
a. Mounting rack, NEMA 4X enclosure or general-purpose enclosure as required. 11
2.6 PANEL DISPLAYS 12
A. Subject to compliance with the Contract Documents, the following Manufacturers are 13
acceptable: 14
1. Precision Digital 15
2. Red Lion 16
3. Moore Industries 17
B. The listing of specific manufacturers above does not imply acceptance of their products 18
that do not meet the specified ratings, features and functions. Manufacturers listed 19
above are not relieved from meeting these specifications in their entirety. 20
C. Displays shall be as shown on the Drawings or where otherwise specified. 21
D. Design and fabrication: 22
1. 4-20 mA, ± 10 V, TC & RTD Inputs 23
2. Rating: NEMA 4X, IP65 without the use of a separate cover. 24
3. Shallow Depth Case 3.6" Behind Panel 25
4. Power Supply: 85-265 VAC 26
5. Optional features to be supplied: two relays providing form A contacts, software 27
settable at independent values. 28
6. Output: analog 4-20 mA 29
7. Display: minimum digit height of 2.5 inches; sunlight readable 30
2.7 RELAYS AND TIMERS 31
A. Subject to compliance with the Contract Documents, the following Manufacturers are 32
acceptable: 33
1. Square D 34
2. IDEC 35
3. Potter-Broomfield. 36
4. Allen-Bradley 37
B. The listing of specific manufacturers above does not imply acceptance of their products 38
that do not meet the specified ratings, features and functions. Manufacturers listed 39
above are not relieved from meeting these specifications in their entirety. 40
C. Type: 41
40 78 00 - 6
PANEL MOUNTED CONTROL DEVICES
Page 6 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. Relays shall be double pole, double throw (form C) except PLC/RTU I/O buffer 1
relays which shall be single pole, (form C), spade plug in type with a transparent 2
dust cover. 3
2. Units shall be of the general-purpose plug-in type. 4
D. Functional/Performance: 5
1. Coil voltage shall match supply voltage. 6
2. Contact arrangement/function shall be as required to meet the specified control 7
function. 8
3. Mechanical life expectancy shall be more than 10,000,000 cycles. 9
4. Duty cycle shall be rated for continuous operation. 10
6. Solid state time delays when specified and/or required for intended functionality to 11
be provided with polarity protection (DC units) and transient protection. 12
7. Time delay units shall be adjustable and available in ranges from .1 second to 4.5 13
hours. 14
8. Plug-in general-purpose relay. 15
9. Blade connector type. 16
11. Relay sockets are DIN rail mounted. 17
12. Internal neon or LED indicator is lit when coil is energized. 18
13. Clear polycarbonate dust cover with clip fastener. 19
14. Operating temperature: -20 to +150 Deg F. 20
15. UL listed or recognized. 21
E. Ratings: 22
1. For 120VAC service provide contacts rated 10 amps at 120VAC, for 24VDC 23
service provide contacts rated 5 amps at 28VDC, for electronic (milliamp/ 24
millivolt) switching applicator provide gold plated contacts rated for electronic 25
service. 26
2. For PLC/RTU input buffer relays, provided a minimum of 5-amp contact rating. 27
For all PLC/RTU output buffer relays, provided minimum 8 amps inductive load 28
rated contacts. 29
3. Where PLC/RTU input/output buffer relays are a space constraint Crydom Series 30
One DR optically isolated solid-state relays can be proposed. 31
F. Physical 32
1. DIN Rail mounting base 33
2. Screw Terminals 34
G. Options/Accessories Required: 35
1. Provide mounting sockets with pressure type terminal blocks rated 300 volts and 10 36
amps minimum. 37
2. Provide mounting rails/holders as required. 38
2.8 ANALOG SIGNAL SURGE PROTECTORS (SPDS) 39
A. Subject to compliance with the Contract Documents, the following Manufacturers are 40
acceptable: 41
1. AGM Electronics 42
40 78 00 - 7
PANEL MOUNTED CONTROL DEVICES
Page 7 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. Acromag Inc. 1
3. Moore Industries 2
4. Phoenix Contact 3
5. Emerson EDCO 4
B. The listing of specific manufacturers above does not imply acceptance of their products 5
that do not meet the specified ratings, features and functions. Manufacturers listed 6
above are not relieved from meeting these specifications in their entirety. 7
C. Type: 8
1. DIN Rail mounting for control and termination panels. 9
2. For loop powered transmitters provided pipe nipple style mounting at the 10
transmitter. 11
D. Minimum Ratings: 12
1. Peak Surge Current 10 kA 13
2. Response Time <5 Nanoseconds 14
3. Voltage Clamp >26 Volts 15
2.9 POWER SUPPLIES 16
A. Subject to compliance with the Contract Documents, the following Manufacturers are 17
acceptable: 18
1. Phoenix Contact 19
3. No Equal 20
B. The listing of specific manufacturers above does not imply acceptance of their products 21
that do not meet the specified ratings, features and functions. Manufacturers listed 22
above are not relieved from meeting these specifications in their entirety. 23
C. Design and fabrication 24
1. Converts 120 VAC input to DC power at required voltage. 25
2. Sized as required by the load. Minimum 2.4 Amp output 26
3. AC input: 120 VAC +10 percent -13 percent; 47 to 63 HZ. 27
4. Provision for output failure alarm contact. 28
5. DIN rail mounting. 29
6. All Power Supplies shall be redundant pairs. 30
2.10 CONTROL POWER TRANSFORMERS 31
A. Subject to compliance with the Contract Documents, the following Manufacturers are 32
acceptable: 33
1. Allen Bradley 34
2. General Electric 35
3. Cutler Hammer 36
4. Square D 37
B. The listing of specific manufacturers above does not imply acceptance of their products 38
that do not meet the specified ratings, features and functions. Manufacturers listed 39
above are not relieved from meeting these specifications in their entirety. 40
40 78 00 - 8
PANEL MOUNTED CONTROL DEVICES
Page 8 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
C. Control Power Transformers 1
1. Control power transformers shall be provided where shown on the Drawings. 2
Transformers shall be sized for all the load, including space heaters, plus 25% spare 3
capacity, and shall be not less than 100VA. 4
2. Transformer mechanical ratings shall equal the short circuit rating of the circuit 5
breaker or MCP. 6
3. Control power transformers shall be 120 volts grounded secondary. Primary side of 7
the transformer shall be fused in both legs. One leg of the transformer secondary 8
shall be solidly grounded while the other leg shall be fused. 9
4. All control power transformers shall have vacuum cast primary and secondary coils 10
using epoxy resin. 11
2.11 DC UPS 12
A. Subject to compliance with the Contract Documents, the following Manufacturers are 13
acceptable: 14
1. Phoenix Contact 15
2. No Equal 16
B. The listing of specific manufacturers above does not imply acceptance of their products 17
that do not meet the specified ratings, features and functions. Manufacturers listed 18
above are not relieved from meeting these specifications in their entirety. 19
C. Design and fabrication 20
1. Rating: 24VDC, 60 hertz, minimum sized to provide power while fully loaded 21
conditions for 30 minutes. 22
2. Operating Temperature: located in indoor conditioned spaces 0 degrees to +40 23
degrees Centigrade. All other locations -20 to 55 degrees Centigrade 24
8. Relative Humidity: 5% – 90% without condensation. 25
9. Input Protection: DC fuses. 26
10. Output Protection: Current limited. 27
11. Provide an external maintenance bypass switch with an auxiliary contact for each 28
UPS supplied. The switch shall transfer power without interrupting the load 29
utilizing make before brake contacts. The switch shall provide auxiliary contact to 30
monitor switch position. 31
a. Maintenance switch as manufactured by Control Switches International N 32
series, Electroswitch, or approved equal. 33
b. Contacts rated for 120 volts AC and 10 amperes minimum. 34
2.12 TEMPERATURE SWITCH DIN RAIL MOUNTED 35
A. Subject to compliance with the Contract Documents, the following Manufacturers are 36
acceptable: 37
1. Pentair 38
2. Hammond 39
3. Mean Well 40
4. Approved Equal 41
40 78 00 - 9
PANEL MOUNTED CONTROL DEVICES
Page 9 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
B. The listing of specific manufacturers above does not imply acceptance of their products 1
that do not meet the specified ratings, features and functions. Manufacturers listed 2
above are not relieved from meeting these specifications in their entirety. 3
C. Design and fabrication 4
1. Contact Rating: 120VAC, 10 Amp normally closed for high temperature detection 5
use, normally open for heating/condensate control use 6
2. Adjustable range minimum 32 – 100 degrees F 7
3. Terminals for 14 AWG conductors. 8
4. DIN rail mounting 9
2.13 PANEL INTRUSION SWITCH 10
A. Acceptable Manufacturers 11
1. Subject to compliance with the Contract Documents, the following Manufacturers 12
are acceptable: 13
a. Invent Hoffman ALFSWD 14
b. Approved equal 15
2. The listing of specific manufacturers above does not imply acceptance of their 16
products that do not meet the specified ratings, features and functions. 17
Manufacturers listed above are not relieved from meeting these specifications in 18
their entirety. 19
B. Product Description 20
1. The contact rated a minimum of 1-amp 24VDC / 120 VAC. 21
2. Mounting hardware shall be stainless or galvanized steel for attachment to the inner 22
lip of the panel door frame. 23
3. Contact opens when door is not fully closed. 24
2.14 NAMEPLATES 25
A. Furnish nameplates for each device as indicated in Drawings. Nameplates shall be 26
engraved, laminated impact acrylic, matte finish, black lettering on a white background, 27
not less than 1/16-in thick by 1/2-in by 1-1/2-in, Rowmark NoMark Plus or equal, 28
Nameplates shall be attached to the backplate with double faced adhesive strips, TESA 29
TUFF TAPE 4970, .009 X ½”, no equal. Prior to installing the nameplates, the metal 30
surface shall be thoroughly cleaned with 70% alcohol until all residues has been 31
removed. Epoxy adhesive or foam tape is not acceptable. 32
2.15 PANEL INTERFACE CONNECTOR (PIC) 33
A. Subject to compliance with the contract documents, the following manufacturers are 34
acceptable: 35
1. Automation Direct 36
a. Model: Zip Port Series 37
2. Grace Engineered Products, Inc. 38
a. Model: GracePort Series 39
3. Saginaw Control Engineering. 40
a. Programming Ports 41
40 78 00 - 10
PANEL MOUNTED CONTROL DEVICES
Page 10 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
B. The listing of specific manufacturers above does not imply acceptance of their products 1
that do not meet the specified ratings, features and functions. Manufacturers listed 2
above are not relieved from meeting these specifications in their entirety. 3
C. For all PLC control panels, provide a Panel Interface Connector (PIC) pass-through unit 4
that will mount to the outside of the control panel to give the capability to interface with 5
the PLC without the need to open the enclosure door. 6
D. Design and fabrication: 7
1. Interface shall include the following: 8
a. UL Recognized and RoHS compliant 9
b. Housing rating shall match or be of higher NEMA rating than control panel 10
c. Gasket: thermo-plastic (TPE) 11
d. One GFCI power outlet with rating of 120 VAC 12
e. One Ethernet RJ-45 type 10/100 port connected to control panel switch. 13
f. Cover shall be attached with a continuous hinge and lockable. Provide locks for 14
all interfaces keyed alike 15
2.16 OPERATION INTERFACE TERMINAL 16
A. Subject to compliance with the Contract Documents, the following Manufacturers are 17
acceptable: 18
1. Modicon Magelis GTU Series] 19
2. No Equal 20
B. The listing of specific manufacturers above does not imply acceptance of their products 21
that do not meet the specified ratings, features and functions. Manufacturers listed 22
above are not relieved from meeting these specifications in their entirety. 23
C. Environmental 24
1. Operating Temperature 32 – 113 Degrees F 25
2. Relative Humidity 10% - 90% Non-condensing 26
3. Shock (Operating) 15G for 11ms. 27
4. NEMA 4 28
D. Physical 29
1. Sizes 15 “, 12” 30
2. ColorTFT LCD Touch screen 31
3. Cooling fans as required 32
4. Embedded Operating System 33
5. Two serial and USB ports 34
6. Minimum 64mb of battery backed memory 35
7. Programmable keys as required. 36
8. Power Supply 120VAC 37
E. Protocol Interfaces 38
1. Allen Bradley Ethernet/IP 39
2. Modbus TCP 40
3. Allen Bradley DF1 41
4. Modbus RTU 42
F. Minimum Programming Capability 43
40 78 00 - 11
PANEL MOUNTED CONTROL DEVICES
Page 11 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. Provide Manufacturer’s software package for programming the OIT. 1
2. Alarm and event management. 2
3. Bar graphs. 3
4. Multicolored background and objects. 4
5. Multi-level password security. 5
6. Communicate with a minimum of 4 PLCs simultaneously 6
PART 3 - EXECUTION 7
3.1 INSTALLATION 8
A. All equipment specified herein shall be installed, field adjusted, tested and cleaned as 9
an integral part of equipment specified elsewhere in these Specifications. 10
END OF SECTION 11
12
40 78 00 - 12
PANEL MOUNTED CONTROL DEVICES
Page 12 of 12
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1
40 80 00 - 1
PROCESS CONTROL SYSTEMS TESTING
Page 1 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 40 80 00 1
PROCESS CONTROL SYSTEMS TESTING 2
PART 1 - GENERAL 3
1.1 SCOPE OF WORK 4
A. Provide all testing and commissioning equipment, materials, incidentals and labor, 5
necessary to perform and coordinate the system check-out and startup, commissioning, 6
field testing and overall training for the Instrumentation and Controls System. 7
B. The Contractor’s Process Control Systems Integrator (PCSI) shall supervise and/or 8
fulfil the requirements of this Section. As part of these services, the PCSI shall include, 9
for those equipment items not manufactured by him, the services of an authorized 10
manufacturer's representative to check the equipment installation and place that portion 11
of the equipment in operation. The manufacturer's representative shall be thoroughly 12
knowledgeable about the installation, operation, and maintenance of the manufacturer’s 13
equipment. 14
1.2 SYSTEM CHECKOUT AND START-UP 15
A. The Contractor, PCSI, and Instrument Suppliers, as applicable, shall perform the 16
following: 17
1. Check and confirm the proper installation of all instrumentation and control 18
components and all cable and wiring connections between the various system 19
components prior to placing the various processes and equipment into operation. 20
2. Conduct a complete system checkout and adjustment, including calibration of all 21
existing instruments, tuning of control loops, checking operation functions, and 22
testing of final control actions. All problems encountered shall be promptly 23
corrected to prevent any delays in the startup of the various unit processes. 24
B. Contractor shall provide all test equipment necessary to perform the test during System 25
checkout and startup. 26
C. Contractor and/or system supplier shall be responsible for initial operation of the 27
instrumentation and control system and shall make any required changes, adjustments 28
or replacements for operation, monitoring, and control of the various processes and 29
equipment necessary to perform the functions intended. 30
D. Contractor shall furnish to the Engineer certified calibration/recalibration (for existing 31
Instruments) reports for field instruments and devices specified herein as soon as 32
calibration is completed. 33
1. Receipt of any calibration/recalibration certificates shall in no way imply 34
acceptance of any work or instrument. 35
2. Each calibration/recalibration certificates shall be signed and dated by an authorized 36
representative of Contractor. Three copies of each completed certificate shall be 37
submitted to Engineer. 38
3. A typical form shall be as attached. 39
40 80 00 - 2
PROCESS CONTROL SYSTEMS TESTING
Page 2 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
E. Contractor shall furnish to Engineer two copies of an installation inspection report 1
certifying that all equipment has been installed correctly and are operating properly. 2
The report shall be signed by authorized representatives of both Contractor and the 3
system supplier. 4
1.3 GENERAL REQUIREMENTS 5
A. The PCSI shall test all equipment as a system at the PSCI facility prior to shipment. 6
Unless otherwise specified in the individual specification sections, all equipment 7
provided by the PCSI shall be tested as a single fully integrated system. 8
B. As a minimum, the testing shall include the following: 9
1. Un-witnessed Factory Test (UFT) 10
2. Witnessed Factory Test (WFT) 11
3. Operational Readiness Tests (ORT) 12
4. Functional Demonstration Tests (FDT) 13
5. 10-Day Site Acceptance Tests (SAT) 14
C. Each test shall be in the cause-and-effect format. The person conducting the test shall 15
initiate an input (cause) and, upon the system's or subsystem's producing the correct 16
result (effect), the specific test requirement shall be satisfied. 17
D. All tests shall be conducted in accordance with prior Engineer-approved procedures, 18
forms, and check lists. Each specific test shall be described and followed by a section 19
for signing off by the appropriate party after its completion. 20
E. Copies of all the signed off test procedures, forms, and check lists will constitute the 21
required test documentation. 22
F. Provide all special testing materials and equipment. Wherever possible, perform tests 23
using actual process variables, equipment, and data. Where it is not practical to test with 24
real process variables, equipment, and data, provides suitable means of simulation. 25
Define these simulation techniques in the test procedures. 26
G. The General Contractor shall require the Integration Subcontractor to coordinate all 27
testing with the Engineer, all affected Subcontractors, and the Owner. 28
H. The Engineer reserves the right to test or retest all specified functions whether or not 29
explicitly stated in the prior approved Test Procedures. 30
I. The Engineer's decision shall be final regarding the acceptability and completeness of 31
all testing. 32
J. No equipment shall be shipped to the Project Site until the Engineer has received all test 33
results and approved the system as ready for shipment. 34
K. The PCSI shall furnish the services of servicemen, all special calibration and test 35
equipment and labor to perform the field tests. 36
L. Correction of Deficiencies 37
1. All deficiencies in workmanship and/or items not meeting specified testing 38
requirements shall be corrected to meet specification requirements at no additional 39
cost to the Owner. 40
2. Testing, as specified herein, shall be repeated after correction of deficiencies is 41
made until the specified requirements are met. This work shall be performed at no 42
additional cost to the Owner. 43
40 80 00 - 3
PROCESS CONTROL SYSTEMS TESTING
Page 3 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
PART 2 - PRODUCTS (NOT USED) 1
PART 3 - EXECUTION 2
3.1 UNWITNESSED FACTORY TEST (UFT) 3
A. The entire system, except primary elements, final control elements, and field mounted 4
transmitters, shall be interconnected and tested to ensure the system operates as 5
specified. All analog and discrete input/output points not interconnected at this time 6
shall be simulated to ensure proper operation of all alarms, monitoring 7
devices/functions, and control devices/functions. 8
B. All panels and assemblies shall be inspected and tested to verify that they are in 9
conformance with related submittals, specifications, and Contract Drawings. 10
C. During the tests all digital system hardware and software shall have operated 11
continuously or five days without a failure to verify the system is capable of continuous 12
operation. The un-Witnessed Factory Test results shall be submitted to the Engineer for 13
approval prior to the start of the Witnessed Factory Test (WFT). 14
3.2 WITNESSED FACTORY TEST (WFT) 15
A. Before scheduling the Witnessed Factory Test, the PCSI must determine through his 16
own test and quality assurance program that the equipment is ready for shipment to the 17
jobsite. 18
B. All system tests specified for the Un-Witnessed Factory Test shall be repeated. 19
C. The WFT will be a joint test by the PCSI and the ASP conducted at the PCSI facility. 20
D. After receiving Un-witnessed Test approval, the PCSI shall notify the Engineer and 21
Owner in writing that the system is ready for the Witnessed Test. The Engineer and/or 22
Owner shall schedule a test date within 30 days of receipt of the Ready to Test letter. At 23
the time of notification, the PCSI shall submit any revisions to the detailed test 24
procedure previously approved by the Engineer. 25
E. This test shall verify the functionality, performance, and stability of the hardware and 26
software. The system must operate continuously for 100 hours without failure before 27
the test shall be judged successful. Successful completion of this test, as determined by 28
the Engineer, shall be the basis for approval of the system to be shipped to the site. 29
F. The various tests performed during the Witnessed Factory Test shall be designed to 30
demonstrate that hardware and software fulfill all the requirements of the Specifications 31
and Contract drawings. The test conditions shall resemble, as closely as possible, the 32
actual installed conditions. Any additional hardware or software that may be required to 33
successfully verify system operation shall be supplied at no cost to the Owner. 34
G. The ASP shall be responsible to simulate the I/O signals for any equipment or device 35
communicating with any new or existing PLC through peer-to-peer network by using a 36
computer system with appropriate simulation software to implement the memory map 37
in the protocol as specified elsewhere. Simulating the I/O signals by forcing them from 38
the PLC programming software will not be acceptable. 39
H. Tests to be performed shall include, but not be limited to, the following: 40
1. Demonstrate operability of all equipment 41
40 80 00 - 4
PROCESS CONTROL SYSTEMS TESTING
Page 4 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. Demonstrate operability of the control data communication network under 1
anticipated full load conditions 2
3. 100 percent point check of I/O, including wiring 3
4. Demonstrate the ability to monitor and change at least 20 pieces of digital and 4
analog data in each PLC/RIO from the HMI software at all operator workstations 5
5. Demonstrate the ability to share data between operator workstations and servers 6
6. Demonstrate the ability of each workstation to print reports on all network printers 7
7. Demonstrate the ability for each workstation to read and write to and from 8
designated files from other workstations on the LAN 9
8. Demonstrate the operability of all mass storage equipment 10
9. Demonstrate communication failure and system restart 11
10. Demonstrate total power failure and recovery. NOTE: The UPS shall call for server 12
shutdown and on power restoration the servers shall restart. 13
11. Demonstrate a catastrophic failure and recovery of a server, workstation, and PLC. 14
12. Demonstrate procedure for backing up the computer system (including PC and 15
PLC); reload using a backup; and completely restoring a PC and/or PLC from a 16
backup. 17
13. Demonstrate the ability of each workstation to print alarm/events on the local 18
printer. During the test for a period of time equal to at least 20 percent of the test 19
duration, the Engineer’s and/or Owner's representative shall have unrestricted 20
access to the system. 21
I. All analog control panels shall be included in these tests. 22
J. All deficiencies identified during these tests shall be corrected and retested prior to 23
completing the Witnessed Test as determined by the Owner/Engineer. 24
K. The following documentation shall be made available to the Engineer at the test site 25
both before and during the Witnessed Factory Test: 26
1. All Contract Drawings and Specifications, addenda, and change orders 27
2. Master copy of the test procedure 28
3. List of the equipment to be tested including make, model, and serial number 29
4. Design-related hardware submittal applicable to the equipment being tested 30
5. Software license 31
L. The daily schedule during these tests shall be as follows: 32
1. Morning meeting to review the day's test schedule 33
2. Scheduled tests and signoffs 34
3. Evening meetings to review the day's test results and to review or revise the next 35
day's test schedule 36
4. Unstructured testing period by the witnesses 37
M. All test data and procedures followed during testing shall be logged and certified copies 38
of the logs shall be provided to the Engineer and Owner. 39
40 80 00 - 5
PROCESS CONTROL SYSTEMS TESTING
Page 5 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
3.3 OPERATIONAL READINESS TESTS (ORT) 1
A. Prior to startup and the Functional Demonstration Test, the entire system shall be 2
certified (inspected, tested, and documented) that it is ready for operation. The ORT 3
may be witnessed by the Owner/Engineer, fully or partially, at their discretion. 4
B. Loop/Component Inspections and Tests: The entire system shall be checked for proper 5
installation, calibrated, and adjusted on a loop-by-loop and component-by-component 6
basis to ensure that it is in conformance with related submittal's and these 7
Specifications. 8
1. The Loop/Component Inspections and Input / Output Tests shall be implemented 9
using Engineer-approved forms and check lists. 10
a. Each loop shall have a Loop Status Report to organize and track its inspection, 11
adjustment, and calibration. These reports shall include the following 12
information and check off items with space for sign off by the PCSI. 13
1) Project Name 14
2) Loop Number 15
3) Tag Number for each component 16
4) Check offs/sign offs for each component 17
b. Tag/identification 18
c. Installation 19
d. Termination – wiring 20
e. Termination – tubing 21
f. Calibration/adjustment – Check offs/sign offs for the loop 22
g. Panel interface terminations 23
h. I/O interface terminations 24
i. I/O signal operation 25
j. Inputs/outputs operational: received/sent, processed, and adjusted. 26
k. Total loop operation – Provide space for comments 27
l. Each active Analog Subsystem element and each I/O module shall have a 28
Component Calibration Sheet. These sheets shall have the following 29
information, spaces for data entry, and a space for sign off by the PCSI: 30
1) Project Name 31
2) Loop Number 32
3) Component Tag Number of I/O Module Number 33
4) Component Code Number Analog System 34
5) Manufacturer (for Analog system element) 35
6) Model Number/Serial Number (for Analog system) 36
7) Summary of Functional Requirements: 37
a) Indicators and Recorders: Scale and chart ranges 38
b) Transmitters/Converters: Scale and chart ranges 39
c) Computing Elements: Function 40
d) Controllers: Action (direct/reverse) control Modes (PID) 41
e) Switching Elements: Unit range, differential 42
f) (FIXED/ADJUSTABLE), Preset (AUTO/MANUAL) 43
g) I/O Modules: Input or output 44
2. Calibrations: 45
a. Analog Devices: Required and actual inputs and outputs at 0, 25, 50, 75, and 46
100 percent of span, rising and falling 47
b. Discrete Devices: Required and actual trip points and reset points 48
c. Controllers: Mode settings (PID) 49
40 80 00 - 6
PROCESS CONTROL SYSTEMS TESTING
Page 6 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
d. I/O Modules: Required an actual inputs or outputs for 0, 25, 50, 75, and 100 1
percent of span, rising and falling. 2
1) Provide space for comments 3
2) Space for sign off by the PCSI. 4
3. The General Contractor shall require the PCSI to maintain the Loop Status Reports 5
and Component Calibration Sheets at the job-site and make them available to the 6
Engineer/Owner at any time. 7
4. These tests do not require witnessing by the Owner/Engineer; however, the 8
Owner/Engineer reserve the right to request the Loop Status Sheets and Component 9
Calibration Sheets and spot-check their entries periodically when on site and upon 10
completion of the Operational Readiness Test, all documentation shall be submitted 11
as required herein. 12
3.4 FUNCTIONAL DEMONSTRATION TEST (FDT) 13
A. Prior to startup and the 10 Day Site Acceptance Test, the entire installed instrument and 14
control system shall be certified that it is ready for operation. All preliminary testing, 15
inspection, and calibration shall be complete as defined in the Operational Readiness 16
Tests. The FDT will be a joint test by the PCSI and the Equipment suppliers. 17
B. Once the facility has been started up and is operating, a witnessed Functional 18
Demonstration Test shall be performed on the complete system to demonstrate that it is 19
operating and in compliance with these Specifications. Each specified function shall be 20
demonstrated on a paragraph-by-paragraph, loop-by-loop, and site-by-site basis. 21
C. Loop-specific and non-loop-specific tests shall be the same as specified under 22
Functional Demonstration Tests except that the entire installed system shall be tested 23
and all functionality demonstrated. 24
D. Updated versions of the documentation specified to be provided during testing and 25
shall be made available to the Engineer at the job-site both before and during the tests. 26
In addition, one copy of all O&M Manuals shall be made available to the Engineer at 27
the jobsite both before and during testing. 28
E. The daily schedule specified to be followed during the tests shall also be followed 29
during the Functional Demonstration Test. 30
F. The system shall operate for 100 continuous hours without failure before this test shall 31
be considered successful. 32
G. Demonstrate communication failure and recovery 33
3.5 10-DAY SITE ACCEPTANCE TEST (SAT) 34
A. After completion of the Operational Readiness and Functional Demonstration Tests, the 35
PCSI shall be responsible for operation of the entire system for a period of 10 36
consecutive days, under conditions of full plant process operation, without a single non-37
field repairable malfunction. 38
B. During this test, plant operating and PCSI personnel shall be present as required. For 39
this test, the PCSI is expected to provide personnel who have an intimate knowledge of 40
the system hardware and software. 41
C. While this test is proceeding, the Owner shall have full use of the system. Only plant 42
operating personnel shall be allowed to operate equipment associated with live plant 43
processes. 44
40 80 00 - 7
PROCESS CONTROL SYSTEMS TESTING
Page 7 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
D. Any malfunction during the tests shall be analyzed and corrected by the PCSI. The 1
Engineer and/or Owner will determine whether any such malfunctions are sufficiently 2
serious to warrant a repeat of this test. 3
E. During this 10 consecutive day test period, any malfunction which cannot be corrected 4
within 24 hours of occurrence by PCSI personnel, or more than two similar failures of 5
any duration, will be considered a non-field-repairable malfunction. 6
F. Upon completion of repairs by the PCSI, the test shall be repeated as specified herein. 7
G. In the event of rejection of any part or function, the PCSI shall perform repairs or 8
replacement within 5 days. 9
H. The total availability of the system shall be greater than 99.5 percent (99.5%) during 10
this test period. Availability shall be defined as: 11
Availability = (Total Testing - Time-Down Time) / Total Testing Time 12
I. Down times due to power outages or other factors outside the normal protection devices 13
or back-up power supplies provided shall not contribute to the availability test times 14
above. 15
J. Upon successful completion of the 30-day site acceptance test and subsequent review 16
and approval of complete system final documentation, the system shall be considered 17
substantially complete, and the one-year warranty period shall commence. 18
19
40 80 00 - 8
PROCESS CONTROL SYSTEMS TESTING
Page 8 of 8
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1
CALIBRATION CERTIFICATE
Tag Number/Loop Number:
Loop Description
Instrument Location
Manufacturer
Model Number
Adjustable Range
Calibrated Range
Remarks
Installation Per Manufacturer's Requirements? Yes No
Installation Per Contract Documents? Yes No
If "No", explain
Calibration Test:
Input (Units) Output (Units) Accuracy
0%
25%
50%
75%
100%
Switch Test Switch
Point
Upscale
Switch
Point
Downscale
Setting
Deadband
Setpoint 1
Setpoint 2
Setpoint 3
I hereby certify that the above information is correct and accurate, to the best of my knowledge, and that the
instrument indicated above has been supplied, installed, calibrated, and tested in accordance with the
manufacturer's recommendations and the Contract Documents, unless otherwise noted.
Receipt of this Calibration Certification shall in no way imply acceptance of any work or instrument supplied as a
part of this Contract.
Contractor's Signature: Date:
2
END OF SECTION 3
43 25 00 - 1
SUBMERSIBLE SEWAGE PUMPS
Page 1 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 43 25 00 1
SUBMERSIBLE SEWAGE PUMPS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes 5
1. Requirements to provide, install, put in operation, and field test three (3) Non-Clog 6
Submersible Centrifugal Sewage Pumps with three (3) base elbow discharge 7
assemblies, guide rails, lifting chains, power cables, motors, and other items 8
specified herein and shown in the Drawings. Contractor shall provide services of 9
manufacturer’s representative for a complete start-up supervision and operation and 10
maintenance instruction. 11
2. Each pump unit shall include all necessary appurtenances to provide a complete 12
pumping system. Provide the complete pumping unit assemblies specified, not 13
including the variable frequency drives (VFD’s), supplied by a single manufacturer. 14
VFD’s may be supplied by separate manufacturer. 15
B. Related Specification Sections include but are not necessarily limited to 16
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 17
Contract. 18
2. Division 1 - General Requirements. 19
1.2 PRICE AND PAYMENT PROCEDURES 20
A. Measurement and Payment 21
1. Measurement 22
a. Measurement for this Item shall be per each. 23
2. Payment 24
a. Unit Price – The work performed and the materials furnished in accordance 25
with this Item shall be paid for at the unit price bid per each “Non-Clog 26
Submersible Pump” installed. 27
b. Lump Sum – The work performed and materials furnished in accordance with 28
this Item for various sizes and measured as provided under “Measurement” 29
shall be included in the total lump sum price. 30
1.3 REFERENCES 31
A. Reference Standards 32
1. Reference standards cited in this specification refer to the current reference standard 33
published at the time of the latest revision date logged at the end of this 34
specification, unless a date is specifically cited. 35
2. The American Society for Testing and Materials (ASTM) International: 36
a. A48/48M, Standard Specification for Gray Iron Castings. 37
b. A276/276M, Standard Specification for Stainless Steel Bars and Shapes 38
c. A532, Standard Specification for Abrasion-Resistant Cast Irons. 39
3. NEMA-NG1-1253a: Test Standards for Determining Motor Efficiency. 40
4. ANSI/Hydraulic Institute Standards 41
43 25 00 - 2
SUBMERSIBLE SEWAGE PUMPS
Page 2 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.4 ADMINISTRATIVE REQUIREMENTS 1
A. Unit Responsibility and Coordination 2
1. The Contractor shall cause all equipment (pumping unit) specified under this 3
section to be furnished by a single pump manufacturer who shall be responsible for 4
the adequacy and compatibility of all pumping unit components including but not 5
limited to the pump and motor. 6
2. Any component of each complete pumping unit not provided by the pump 7
manufacturer shall be designed, fabricated, tested, and installed by factory-8
authorized representatives experienced in the design and manufacture of pumping 9
equipment. This requirement, however, shall not be construed as relieving the 10
Contractor of the overall responsibility for this portion of the work. 11
1.5 SUBMITTALS 12
A. Submittals shall be in accordance with Section 01 33 00. 13
B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 14
specials. 15
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 16
A. Submittals Required Prior to Fabrication 17
1. Completed Questionnaire (Part 3.14 of this Section) 18
2. Performance curves (head-capacity, BHP (brake horsepower), NPSH, pump 19
efficiency covering full operating range from shutoff to run out. 20
3. Complete materials specifications for each part of unit to be furnished. 21
4. Dry weight of pump, weight of motor and assembled weight. 22
5. Technical bulletins and brochures on pumping unit. 23
6. Statement of equipment warranty. 24
7. Drawing of pumping unit showing parts and their materials of construction. 25
8. Statement of guarantee of pump efficiency, speed (rpm), capacity, head, BHP, and 26
motor horsepower at design point. 27
9. Guarantees of motor efficiency and power factor at one-half, three-fourths, and full 28
load at 890 rpm for the motors to be furnished. 29
10. Provide a schedule that includes manufacturing of the pump and motor, 30
performance testing of pump, performance testing of motor, delivery date for the 31
equipment (which shall be stated as number of calendar days after release date to 32
Manufacturer). Once the order has been placed, the Manufacturer shall notify the 33
City and Engineer in writing that the pump and motor order has been placed. 34
Notification shall include test date. 35
11. Two (2) year guarantee from the date of pump start up by the City which shall 36
cover both replacement parts and service of the units in the event of failure of the 37
equipment caused by workmanship and materials. Also included shall be the terms 38
and conditions of the warranty. 39
a. Failure to submit the above data as set forth for the pumping equipment shall be 40
cause for rejection of the quotation at the City's sole option. 41
12. Shipping instructions in accordance with Part 1.10. 42
13. Pump and motor name plate layout. 43
43 25 00 - 3
SUBMERSIBLE SEWAGE PUMPS
Page 3 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
14. Name, address and phone number for mechanical seal manufacturer representative. 1
15. RTD temperature settings for motor windings. 2
16. Certification of full compliance with these Specifications. 3
17. Pump protection module product data sheets. 4
B. Submittals Required Prior to Tests 5
1. Test book for the non-witnessed test containing the following information in bound 6
form minus the actual test data: 7
a. Description of factory test to be conducted. 8
b. Description of factory test procedures. 9
c. Copy of Test Standards. 10
d. Sample calibration certifications of test equipment. 11
e. Dimensional layout of test assembly and reservoir. 12
f. Example of presentation of test data. 13
C. Submittals Required Prior to Shipping 14
1. Certified copies of all witnessed tests on the pumps. 15
2. Calibration certifications of test equipment. 16
3. Manufacturer’s certification that pump and motor conform to the specifications. 17
4. Operation and maintenance manual. 18
5. Shipping information, including shipping company, type of transport and shipping 19
schedule. 20
6. Site Storage Plan 21
7. Lifting instructions. 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. Delivery and Acceptance Requirements 27
1. No shipment shall be shipped until approved by the Engineer in writing. 28
2. Pump and motor shall be shipped as one unit. Separate shipments are not allowed. 29
3. Manufacturer shall provide lifting instructions. 30
B. Storage and Handling Requirements 31
1. All parts shall be properly protected so that no damage or deterioration will occur 32
during a prolonged delay from the time of shipment until installation is completed 33
and the units and equipment are ready for operation. Units shall be shipped per the 34
manufacturer’s recommendation. Prior to shipping the manufacturer shall provide 35
written shipping instructions to the Engineer. 36
2. All equipment and parts must be stored to properly to protect against any weather 37
or damage during a prolonged period at the site. 38
3. The finished surfaces of all exposed flanges shall be protected by wooden blank 39
flanges, strongly built and securely bolted. 40
43 25 00 - 4
SUBMERSIBLE SEWAGE PUMPS
Page 4 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
4. Finished iron steel surfaces not painted shall be properly protected to prevent rust 1
and corrosion. 2
1.11 SITE CONDITIONS [NOT USED] 3
1.12 WARRANTY 4
A. The equipment shall be warranted to be free from defects in workmanship, design and 5
materials. If any part of the equipment should fail during the warranty period, it shall be 6
replaced, and the unit(s) restored to service at no expense to the City including shipping 7
and installation costs for repairs. Warranty shall be for a period of two (2) years and 8
shall not begin prior to pump start up or pump vendor/manufacturer submitting 9
official warranty documentation, whichever occurs last. 10
B. Should manufacturer be unable to provide full warranty as indicated, pump 11
supplier/vendor shall provide an extended warranty on official company 12
letterhead and signed by supplier/vendor president, or someone authorized to 13
execute contracts on behalf of supplier/vendor. 14
C. Manufacturer and/or supplier/vendor shall also warrant submersible pump / 15
cooling jacket combination (if required) when subjected to fluid temperatures as 16
indicated in in Part 2.2.C.4 of this Section. 17
PART 2 - PRODUCTS 18
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 19
2.2 MATERIALS 20
A. Manufacturers 21
1. Manufacturer List 22
a. Xylem-Flygt Model NP 3231/775 3~480, 420 mm Impeller Trim 23
b. KSB Model KRT K 200-505/2504XNG-S, 433 mm Impeller Trim 24
2. Any product that is not listed above is considered a substitution and shall be 25
submitted in accordance with Section 01 25 00. 26
B. Description 27
1. Each pump shall be a non-clog, solids handling, submersible, explosion-proof, 28
wastewater type with media cooled motor, or shall be equipped with a closed 29
looped cooling jacket if available motor is unable to meet ambient temperature 30
requirements as outlined in this section. 31
C. Performance / Design Criteria 32
1. Flow and Head Duty Points 33
a. Xylem-Flygt 34
1) 1 Pump at Full Speed 35
a) 4,500 gpm at 205 feet TDH 36
b) Minimum Pump (hydraulic) Efficiency = 78.9% 37
2) 2 Pumps at Full Speed 38
a) 7,000 gpm at 235 feet TDH 39
b) Minimum Pump (hydraulic) Efficiency = 79.5% 40
b. KSB 41
1) 1 Pump at Full Speed 42
43 25 00 - 5
SUBMERSIBLE SEWAGE PUMPS
Page 5 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
a) 4,000 gpm at 190 feet TDH 1
b) Minimum Pump (hydraulic) Efficiency = 74% 2
2) 2 Pumps at Full Speed 3
a) 6,900 gpm at 220 feet TDH 4
b) Minimum Pump (hydraulic) Efficiency = 78.5% 5
2. Each pump shall be rated 335 HP or less, 460 volts, 3 phase, 60 hertz, 1790 rpm or 6
less. 7
3. The pump shall be non-overloading throughout the entire normal range of operation 8
specified in the Drawings without employing a service factor. The pump shall 9
reserve a minimum service factor of 1.10. 10
4. Motor 11
a. Motor shall be capable of continuous operation (and warranted for this 12
type of application) when submerged in fluids with temperatures up to 40 13
°C (104 °F). 14
1) Should motor not be capable of continuous operation when submerged 15
in fluids reaching temperatures as indicated above, submersible pump 16
shall be equipped with a closed loop system cooling jacket. 17
a) Cooling jacket shall be designed to permit the submersible pump to 18
operate continuously in fluids with temperatures as indicated 19
above 20
b) Manufacturer (or vendor/supplier) shall provide documentation 21
guaranteeing/warranting submersible pump and cooling jacket 22
combination for continuous operation in fluids up to the 23
temperature listed above. 24
b. Horsepower rating of motors shall be equal to or greater than the total 25
horsepower requirements of the pump when operating at any point on the 26
curve. The horsepower of the pump should not exceed 100% of the horsepower 27
rating of the motor at any point on the pump curve. 28
1) Motors for proposed pumps shall be 335 HP minimum. 29
c. The stator, rotor, and bearings shall be mounted in a sealed submersible type 30
housing. 31
d. The stator windings shall have at a minimum Class H insulation (180 °C or 356 32
°F). 33
e. Motors shall be designed for continuous duty and capable of a minimum of 10 34
starts per hour. 35
f. The pump and motor shall be specifically designed so that they may be 36
operated partially dry or completely submerged in the liquid being pumped. 37
g. Pump shall be equipped with low resistance, bi-metal disc, temperature 38
sensitive heat sensors mounted directly in the stator and sized to open at 120 °C 39
or 130 °C and automatically reset at 30-35 °C differential. 40
h. Heat sensors shall have an electronics unit that is mounted in the motor starter. 41
i. Heat sensor system shall be intrinsically safe to meet the area classification and 42
shall be integrated into the seal fail system specified herein. 43
j. Heat sensor electronics output shall be connected in series with the motor 44
starter coil so that the starter shall be equipped with 3 leg overload heaters so 45
all normal overloads are protected by the starter. 46
k. Motor shall be explosion proof for use in NEC Class 1, Division 1, Group C, D 47
hazardous locations. 48
5. Bearings and Shaft 49
43 25 00 - 6
SUBMERSIBLE SEWAGE PUMPS
Page 6 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
a. An upper radial bearing and a lower thrust bearing is which utilize heavy-duty 1
ball bearings are required. 2
1) Bearings which require lubrication according to a prescribed schedule shall 3
not be acceptable. 4
b. The upper radial bearing shall have a minimum B-10 life at the specified 5
condition of 40,000 hours and the lower thrust bearing shall have a minimum 6
B-10 life at the specified condition of 40,000 hours. 7
c. Bearings shall be locally available. 8
d. The shaft shall have minimum overhang to reduce shaft deflection and prolong 9
bearing life. 10
6. Seals 11
a. The pump shall have two stainless steel, tungsten carbide, or silicon carbide 12
mechanical seals, mounted in tandem. 13
b. The lower seal shall be replaceable without disassembly of the seal chamber 14
and without the use of special tools. 15
c. Seals shall be locally available. 16
d. The pump shall be equipped with a seal leak detection probe and warning 17
system. This system shall be integrated into the heat detection system and the 18
assembly shall be intrinsically safe to meet the area classification specified 19
herein. The heat detection and seal assembly shall be mounted in the starter in 20
the motor control center. Coordinate with motor control center manufacturer. 21
7. Impeller 22
a. Impeller shall be two-vane or multiple-vane, semi-open non-clogging design, 23
and capable of passing 3-inch diameter spherical solids. Efficiency and other 24
performance data submitted shall be based on performance with an uncoated 25
impeller. 26
1) Attempts to improve efficiency by coating impeller shall not be acceptable. 27
b. Impellers shall be hydraulically and dynamically balanced. 28
c. Impeller shall have a slip fit onto the motor shaft and drive key and shall be 29
fastened using the manufacturer’s standard technique. 30
8. Casing 31
a. The casing shall be of the end suction volute type having sufficient strength and 32
thickness to withstand all stress and strain from service at full operating 33
pressure and load. 34
b. The casing shall be of the centerline discharge type equipped with an automatic 35
pipe coupling arrangement for ease of installation and piping alignment. 36
c. The design shall be such that the pumps will be automatically connected to the 37
discharge piping when lowered into position with the guide rails. 38
d. The casing shall be accurately machined and bored for register fits with the 39
suction and casing covers. 40
e. Provide a volute case wearing ring or wearing plate to minimize impeller wear. 41
The wear ring shall be alloy 230 brass, ASTMB-43 and held by 300 series 42
stainless steel fasteners or shall be stainless steel. The wear ring shall be easily 43
replaceable in the field. 44
D. Materials 45
1. Pump Casing 46
a. High Quality Gray Cast Iron Class 35B in accordance with ASTM A48. 47
2. Motor and Seal Housing 48
a. High Quality Gray Cast Iron Class 35B in accordance with ASTM A48. 49
43 25 00 - 7
SUBMERSIBLE SEWAGE PUMPS
Page 7 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
3. External Mating Parts 1
a. Machined with Buna N Rubber O-ring sealed on a beveled edge. 2
b. Gaskets are not permitted. 3
4. External Bolts, Nuts, and Fastening Hardware 4
a. Type 304 or 316 stainless steel in accordance with ASTM A276. 5
5. Shaft 6
a. Type 420 Stainless Steel in accordance with ASTM A276. 7
6. Impeller 8
a. Cast iron, ductile iron or bronze. 9
1) Wear ring shall be the same material as the impeller. 10
7. Lifting Chain 11
a. Each pump shall be supplied with 60 feet of 316 SS lifting chain. The working 12
load of the lifting system shall be 50% greater than the pump unit weight. 13
8. Electrical Power Cable 14
a. Water resistant to 600V, 60 °C 15
b. UL and CSA approved and applied dependent on amp draw for size 16
c. Sized in accordance with NEC standards. 17
E. Finishes 18
1. The pump shall be painted after assembly, but before testing with an alkyd air dried 19
enamel. The paint shall be applied in one coat with a minimum mil thickness of 5 20
mils. 21
2.3 ACCESSORIES 22
A. Pump Protection Modules 23
1. Modules shall be provided as separate components to be installed by Contractor in 24
VFD cabinets. 25
2. Provide stator temperature, leakage, vibration, and main bearing temperature 26
sensors. 27
B. Shielded Cable 28
1. Provide a minimum of 65-feet of shielded cable for each pump assembly. Should 29
proposed termination cabinets be required to be relocated during the course of 30
construction, Contractor shall provide sufficiently long shielded cables at their own 31
cost. 32
2.4 SOURCE QUALITY CONTROL 33
A. Tests and Inspections 34
1. Commercial testing shall be required and include the following: 35
a. The pump shall be visually inspected to confirm that it is built in accordance 36
with the specification as to HP, voltage, phase and hertz. 37
b. The motor and seal housing chambers shall be meggered for infinity to test for 38
moisture content and/or insulation defects. 39
c. Pump shall be allowed to run dry to check for proper rotation. 40
d. Discharge piping shall be attached, the pump submerged in water and amp 41
readings shall be taken in each leg to check for an unbalanced stator winding. If 42
there is a significant difference in readings, the stator windings shall be checked 43
with a bridge to determine if an unbalanced resistance exists. If so, the stator 44
shall be replaced. 45
43 25 00 - 8
SUBMERSIBLE SEWAGE PUMPS
Page 8 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. A non-witnessed certified Hydraulic Institute performance test shall be performed. 1
This shall include the following: 2
a. The pump with motor shall be tested at the design point as well as at least 7 3
other points to develop a curve. Data shall be collected to plot the head-capacity 4
curve as well as a KW input and amperage curve. 5
b. In making these tests, no minus tolerance or margin shall be allowed with 6
respect to capacity, total head, or efficiency at the specified design condition. 7
Pump shall be held within a tolerance of +10% of rated capacity or at rated 8
capacity with a tolerance of +5% of rated head. The pump shall be tested at 9
shut-off but shall not be plotted and only used as a reference point when 10
plotting the performance curve. 11
c. Complete records shall be kept of all information relevant to the test as well as 12
the manufacturer's serial number, type and size of pump as well as any impeller 13
modifications made to meet the design conditions. 14
d. A written test report shall be prepared, signed and dated by the test engineer 15
incorporating 3 curves (head-capacity, KW input, and amperage) along with the 16
pump serial number, test number, date, speed, volts, phase, and impeller 17
diameter. This report shall then be submitted to the Engineer for approval. 18
PART 3 - EXECUTION 19
3.1 INSTALLERS [NOT USED] 20
3.2 EXAMINATION [NOT USED] 21
3.3 PREPARATION [NOT USED] 22
3.4 INSTALLATION 23
A. General 24
1. All pumps shall be installed in accordance with the instructions of the manufacturer 25
and as shown on the drawings. 26
2. Field test shall not be conducted until such time that the entire installation is 27
complete and ready for testing. 28
3. A certificate from each equipment manufacturer stating that the installation of his 29
equipment is satisfactory, that the equipment is ready for operation, and that the 30
operating personnel have been suitably instructed in the operation, lubrication and 31
care of each unit shall be submitted. 32
3.5 REPAIR [NOT USED] 33
3.6 RE-INSTALLATION [NOT USED] 34
3.7 SITE QUALITY CONTROL [NOT USED] 35
3.8 SYSTEM STARTUP 36
A. The Contractor shall provide services of the manufacturer’s representative as needed to 37
ensure proper installation of equipment and to provide start-up supervision and O&M 38
instruction. 39
43 25 00 - 9
SUBMERSIBLE SEWAGE PUMPS
Page 9 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
3.9 ADJUSTING [NOT USED] 1
3.10 CLEANING [NOT USED] 2
3.11 CLOSEOUT ACTIVITIES 3
A. Operating Instructions 4
1. A factory representative of all major component manufacturers, who has complete 5
knowledge of proper operation and maintenance, shall be provided for one day to 6
instruct representatives of the City on proper operation and maintenance. If there 7
are difficulties in operation of the equipment during instruction sessions, additional 8
sessions shall be provided at no cost to the City. 9
2. Prior to scheduling instructions, submit outline of instructions to Engineer for 10
approval. 11
3. Operating and maintenance manual shall be explained during these instructions. 12
B. Spare Parts and Tools 13
1. Furnish one set of special tools required for the proper servicing of all equipment 14
supplied under these Specifications, packed in a suitable steel tool chest with a lock. 15
2. Furnish all required lubricants in sufficient quantities for startup and testing and for 16
the warranty period. 17
3.12 PROTECTION [NOT USED] 18
3.13 MAINTENANCE [NOT USED] 19
3.14 ATTACHMENTS 20
A. Pump Questionnaire 21
END OF SECTION22
43 25 00 - 10
SUBMERSIBLE SEWAGE PUMPS
Page 10 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
PUMP AND MOTOR UNIT: 1
2
INSTRUCTIONS: Complete the following questionnaire for each size of pumping unit. 3
4
A. MANUFACTURER 5
6
B. PUMP AND MOTOR UNIT 7
8
1. Model 9
10
2. Operating Conditions at Normal System Curve (Rated Point) 11
12
a. Capacity (gpm 13
14
b. Head (feet 15
16
c. Pump Efficiency (percent 17
18
d. NPSH required at runout (feet 19
20
e. Minimum Continuous Flow (gpm 21
22
3. Shutoff Head (feet 23
24
4. Run out Conditions 25
26
a. Capacity (gpm 27
28
b. Head (feet 29
30
C. PUMP 31
32
1. Manufacturer 33
34
2. Model Number 35
36
3. Total (Pump Only) Wet Weight (pounds 37
38
4. Total (Pump Only) Dry Weight (pounds 39
40
5. Total Wet Weight (Pump and Motor) (pounds 41
42
D. CASING 43
44
1. Material 45
46
2. Pressure Rating 47
48
3. Nominal Casing Thickness 49
50
43 25 00 - 11
SUBMERSIBLE SEWAGE PUMPS
Page 11 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
E. IMPELLER 1
2
1. Material 3
4
2. Diameter/Weight at full trim (inches (pounds 5
6
3. Diameter/Weight at design trim (inches (pounds 7
8
F. SHAFT 9
10
1. Material 11
12
2. Diameter at: 13
14
Impeller (inches 15
16
Sleeve (inches 17
18
Coupling (inches 19
20
Ratio at Center of Impeller to Center of Bearing 21
22
G. PUMP BEARING 23
24
1. Material 25
26
2. Manufacturer 27
28
3. Life (hours 29
30
4. Lubrication 31
32
5. Normal Operating Temperature 33
34
6. Maximum Operating Temperature 35
36
H. WEAR RINGS 37
38
1. Casing Wear Ring Material 39
40
2. Impeller Wear Ring Material 41
42
A. SEAL 43
1. Mechanical Seal Type and Model Number 44
2. Seal Face Materials 45
46
J. MOTOR 47
48
1. Manufacturer 49
50
43 25 00 - 12
SUBMERSIBLE SEWAGE PUMPS
Page 12 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2. Model Number 1
2
3. Rated Horsepower 3
4
4. Speed (rpm 5
6
5. Enclosure 7
8
6. Frame Size 9
10
7. Total Weight (pounds 11
12
7. Service Factor 13
14
8. Maximum Fluid Temperature Rating (with cooling jacket, if required) 15
_____________________________________________________________ 16
17
9. Guaranteed Horsepower and Efficiency @ 890 rpm 18
19
a. At 1/2 Load 20
21
b. At 3/4 Load 22
23
c. At Full Load 24
25
10. Power Factor @ 890 rpm 26
27
a. At 1/2 Load 28
29
b. At 3/4 Load 30
31
c. At Full Load 32
33
11. Starting Current (% Full Load 34
35
12. Full Load Current (Amps 36
37
13. Locked Rotor Current (Amps 38
39
14. Noise Level (A Scale 40
41
15. Resonant Frequency 42
43
16. Bearings 44
45
a. Manufacturer and Model 46
47
b. Lubrication 48
49
50
43 25 00 - 13
SUBMERSIBLE SEWAGE PUMPS
Page 13 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
E. DEVIATIONS FROM SPECIFICATIONS (If none, state "NONE") 1
2
____________________________________________________________________ 3
4
____________________________________________________________________ 5
6
____________________________________________________________________ 7
8
43 25 00 - 14
SUBMERSIBLE SEWAGE PUMPS
Page 14 of 14
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1
44 31 16 - 1
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT
Page 1 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 44 31 16 1
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes 5
1. Provision, Installation, and Testing of a complete activated carbon adsorption odor 6
control equipment system for the control of hydrogen sulfide gas and other organic 7
sewer odors, with all appurtenances to make it operable, as indicated and specified 8
in this Section. 9
B. 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 included in the total lump sum price. 15
1.3 REFERENCES 16
A. Reference Standards 17
1. Reference standards cited in this specification refer to the current reference standard 18
published at the time of the latest revision date logged at the end of this specification, 19
unless a date is specifically cited. 20
B. ASTM International 21
1. D2563, Standard Practice for Classifying Visual Defects in Glass Reinforced 22
Plastic Laminate Parts. 23
2. D2584, Standard Test Method for Ignition Loss of Cured Reinforced Resins. 24
3. D2854, Standard Test Method for Apparent Density of Activated Carbon. 25
4. D2867, Standard Test Methods for Moisture in Activated Carbon. 26
5. D3299, Standard Specifications for Filament-Wound Glass-Fiber-Reinforced 27
Thermoset Resin Corrosion-Resistant Tanks. 28
6. D3467, Standard Test Method for Carbon Tetrachloride Activity of Activated 29
Carbon. 30
7. D3802, Standard Test Method for Ball-Pan Hardness for Activated Carbon. 31
8. D4097, Standard Specification for contact-molded glass-fiber-reinforced Thermoset 32
Resin Corrosion-Resistant Tanks. 33
9. D3982, flanges. 34
C. National Bureau of Standards (NBS) PS 15-69, Custom molded reinforced polyester for 35
chemical resistant process equipment. 36
44 31 16 - 2
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT
Page 2 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.4 ADMINISTRATIVE REQUIREMENTS [ NOT USED] 1
1.5 SUBMITTALS 2
A. Submittals shall be in accordance with Section 01 33 00. 3
B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 4
specials. 5
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6
A. Submittals shall include: 7
1. Vessel fabrication details and materials of the components shall be included in shop 8
drawings and submitted for approval before fabrication. 9
2. Details of secondary skin and insulation system designed to prevent condensation 10
inside the carbon vessel. 11
3. Catalog information, descriptions, specifications layouts, sketches and other 12
information sufficient to clearly and readily demonstrate compliance with all parts of 13
the specifications and drawings. 14
4. Dimensional and weight information. Include empty weight and operating weight 15
with carbon. 16
5. A list of twenty recent installations where similar equipment by the manufacturer is 17
currently in service; include contact name, telephone number, mailing address, and 18
the names of the engineer, owner, and installation contractor. One reference shall 19
have been in operation for over five years and one reference shall utilize the 20
condensation barrier. 21
6. Resin manufacturer’s certificate listing the nomenclature, composition, and 22
characteristics of the resin shall be furnished with the vessel if the vessel is 23
constructed of fiberglass-reinforced plastic (FRP). 24
7. Letter from the resin manufacturer stating recommended corrosion liner for service 25
outlined in this specification. 26
8. Activated carbon data sheets and certificate of origin. 27
9. Vessel fabricator’s certificate of compliance with fabrication requirements. 28
10. Copy of fabricator’s quality assurance (QA) program. 29
11. Special shipping, storage, and protection, and handling instructions. 30
12. Suggested spare parts list to maintain the equipment in service for a period of 1 year. 31
13. Certified sound test results from an NVLAP accredited laboratory. 32
14. List of references to satisfy the requirements of 1.9, A. 33
15. Location of the vendors local service center. 34
1.7 CLOSEOUT SUBMITTALS 35
A. Manufacturer shall submit the following in accordance with the Execution requirements 36
of this section. 37
1. System Balancing Report. 38
2. System Startup Report documenting Manufacturer’s observations, test results, and 39
field adjustments. 40
3. Performance Testing Report. 41
44 31 16 - 3
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT
Page 3 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.8 MAINTENANCE MATERIAL SUBMITTALS 1
A. The Manufacturer shall submit a list of recommended spare parts to keep on hand. 2
1.9 QUALITY ASSURANCE 3
A. The system supplier shall have process design experience in carbon adsorption systems 4
for wastewater, demonstrating at least 10 years’ experience. At least five systems shall 5
have been in operation for over 5 years. Experience should be specific to process design 6
and not component (FRP Vessel) fabrication. 7
B. Fabricator’s QA Supervisor: Minimum of 10 years’ experience in fabrication of 8
fiberglass structures. 9
C. Designer: Registered professional engineer. 10
D. Vendor shall have a local service center with 100 miles of the system location. 11
E. The Manufacturer shall provide an installation report prior to final acceptance. In addition 12
to the requirements of Performance Testing 3.3, the equipment installation report shall 13
state that the treatment system is achieving the specified removal efficiencies. Test data 14
on the installed system shall be included in the report. 15
F. Upon completion of the installation, each piece of equipment and each system shall be 16
tested for satisfactory operation without excessive noise, vibration, overheating, etc. 17
Compliance shall be based on the equipment manufacturer's specifications and all 18
applicable codes and standards. All equipment must be adjusted and checked, for 19
misalignment, clearances, supports, and adherence to safety standards. 20
G. All pieces of equipment shall have a stainless-steel manufacturer’s nameplate securely 21
affixed in a conspicuous place on the equipment showing the ratings, serial number, 22
model number, manufacturer and other pertinent nameplate data. 23
H. Manufacturer shall maintain a complete stock of spare parts commonly needed for the 24
equipment specified at a location within the State of Texas or shall be able to deliver the 25
spare parts within 48 hours of notification. 26
I. The performance of the system shall be verified by a 24 hour performance test conducted 27
by the Manufacturer. Manufacturer shall provide a field representative to complete the 28
testing. All manpower and other consumables shall be furnished by the Contractor. At 29
the conclusion of the test, the Manufacturer shall submit a complete test report to the 30
Engineer, which shall include summaries of the 24 hour average and daily maximum inlet 31
and outlet H2S concentrations, test methods, any unusual occurrences, and any other 32
useful information. The test report will be reviewed and accepted by the Engineer prior 33
to the final acceptance of any of the odor control systems. 34
1.10 DELIVERY, STORAGE, AND HANDLING 35
A. Delivery, storage, and handling shall be in full accordance with manufacturer’s 36
instructions. Fabricated assemblies shall be shipped in the largest sections permitted by 37
carrier regulations, properly match-marked for ease of field erection. 38
44 31 16 - 4
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT
Page 4 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1.11 FIELD [SITE] CONDITIONS [ NOT USED] 1
1.12 WARRANTY 2
A. The Manufacturer shall guarantee that the system will perform as described in these 3
Specifications. The Manufacturer shall warrant the system, complete, to be free from 4
defects in materials or workmanship for a period twenty-four (24) months from 5
acceptance or thirty (30) months from shipment, whichever occurs first. The 6
Manufacturer shall repair or provide replacement for any defective components under 7
this warranty. In addition, the adsorber vessel shall be warranted for a period of five (5) 8
years from warranty start date. 9
PART 2 - PRODUCTS 10
2.1 GENERAL 11
A. The system supplier shall furnish all of the items required to provide a properly 12
functioning system for the service conditions listed herein. 13
B. Basis of design is the ECS 60-Series V1-90-2600. 14
2.2 SYSTEM SUPPLIERS 15
A. Manufacturers List 16
1. ECS 17
2. Approved Equal 18
2.3 SERVICE CONDITIONS 19
A. The odor control system shall be designed to remove the odorous constituents from the 20
process air stream under the following operating conditions: 21
22
Process Parameter Value
Duty Continuous
Elevation Above Sea Level 611 feet
Location Outdoors
Inlet Air Temp 40 to 120 degrees F
Inlet Relative Humidity 30% to 99%
Total Air Volume 2,500 cfm
H2S Loading Avg 2 ppm / Peak 5 ppm
Removal Required
H2S: 99% removal or a
maximum outlet of 0.1 ppm
whichever is less stringent.
23
24
25
44 31 16 - 5
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT
Page 5 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
The carbon vessel shall conform to the following parameters: 1
2
Process Parameter Value
Vessel Type Single Bed
Vessel Material of Construction FRP
Pressure Drop (Max) Vessel (Inlet to Outlet): 5” w.c.
Carbon contact time (Minimum) 133 cuft, or a 3-foot bed depth
whichever is greater
Vessel Dimensions Inside diameter (min): 90”
Pressure Rating +/- 10” w.c.
3
2.4 ADSORBER VESSEL 4
A. Vessel shall be dimensionally stable with internal pressure in direct sunlight and not 5
become brittle in extreme cold conditions. Unreinforced plastic (PVC, HDPE, LDPE, PP) 6
construction is not acceptable. Construction method shall provide a naturally insulated 7
internal surface. The FRP adsorber vessel shall be filament-wound, manufactured in 8
accordance with ASTM D3299. The visual defects, per ASTM D2563, shall not exceed 9
Level II on the vessel interior and Level III on the vessel exterior. The resin used shall be 10
Dow 510, AOC K022, or approved equal suitable for continuous exposure to saturated 11
water vapor, hydrogen sulfide gas, and their associated acidic products. The resin system 12
should provide a class 1 flame spread rating. Antimony, Nyacol or any other additives 13
are not allowed. A permanent wax containing resin coating, formulated according to the 14
resin manufacturer's most recent recommendations (or other Engineer-approved method) 15
shall be used for surface protection and to prevent air inhibition of resin curing. Contact 16
molded accessories shall be manufactured in accordance with NBS PS15. The completed 17
vessel shall be translucent until it is gel coated. The final gel coat color shall be selected 18
by the owner or engineer. A certificate from the resin manufacturer listing the 19
nomenclature, composition, and characteristics of the resin shall be furnished with the 20
vessel. 21
1. An inner corrosion barrier shall be provided consisting of no less than three laminated 22
layers. The inner corrosion layer shall be resin rich, not to exceed 20 percent plus or 23
minus 5 percent glass by weight, and a minimum thickness of 10 to 15 mils. The 24
inner corrosion layer shall be followed by at least two layers of chopped -strand mat 25
or two passes of chopped roving to a total of 3 ounces per foot. Should the chopped 26
roving technique be employed, the chopped fibers shall be 1/2 inch to 2 inches in 27
length. The total corrosion barrier shall total 100 mils minimum and be 27 percent 28
plus or minus 5 percent glass by weight. 29
2. The structural aspects of the vessel shall be sufficient to meet recommended 30
requirements, including seismic requirements for all conditions during the design life. 31
Manufacturer shall include with the shop drawings, detailed calculations illustrating 32
the seismic characteristics of the proposed vessels. Calculations shall be signed and 33
stamped by a registered engineer. 34
3. In addition to the above requirements, the adsorber vessel shall have an average glass 35
content of 55 percent plus or minus 5 percent by weight per ASTM D2584. 36
44 31 16 - 6
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT
Page 6 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
4. Tie down lugs and lifting lugs shall be 316 stainless steel. Quantity and design shall 1
be determined in the PE stamped vessel calculations. 2
5. The adsorber vessel shall be complete with integral carbon screen support structure, 3
access manways, air inlet connection, air outlet, no-loss discharge stack, pressure 4
differential assembly, a fill connection, a drain connection, sample port nozzles, 316 5
stainless steel grounding rod, and all necessary accessories as shown on the Drawings 6
and/or specified within. All exhaust air shall leave the vessel at the top. Provide 7
sufficient access manway so that all internal parts can be easily removed from the 8
vessel. All metal parts shall be Type 316 stainless steel with no metallic parts 9
contacting the carbon except for grounding purposes. 10
6. Access manway covers shall be airtight at the pressure equal to or higher than the 11
corresponding fan static pressure. The fabrication details and materials of the 12
components shall be included in shop drawings, and submitted for approval before 13
fabrication. 14
7. Vessel design and airflow configuration shall be furnished to accommodate a single 15
bed activated carbon layer. 16
a. Single Bed Requirements: 17
i. The bed and vessel configuration shall be conducive to easy carbon 18
replacement. 19
ii. The bed shall be supported on a polypropylene screen and fiberglass 20
grating. 21
iii. Screen and grating must be removable through access and manway. 22
iv. The grating and its support ledge shall be capable of supporting the load 23
imposed by the depth of activated carbon specified, plus a person load of 24
200 pounds located anywhere on the grating. 25
v. No pultruded parts are allowed on the interior of the vessel. Carbon 26
support beams, structure or otherwise shall all be manufactured using the 27
same resin as specified in the vessel construction. All components shall 28
have a 100-mil corrosion barrier applied to any surfaces exposed to the 29
corrosive airstream. 30
8. Each activated carbon bed shall be grounded with a 316 stainless steel rod to prevent 31
static electricity from accumulating. Connection to grounding system will be by 32
others. 33
9. All cut-walls from tank wall nozzle cutouts shall be reinforced as required by service 34
conditions. Press molded or compression molded flanged nozzles are not acceptable. 35
10. Add ultraviolet absorbers to surfacing to improve weather resistance. 36
11. No dyes, pigments or colorants except in exterior gel coating. 37
12. Acceptable vendors for the FRP vessel are Belco Manufacturing, Ershigs, Design 38
Tank or Engineered Composite Systems. 39
13. Carbon vessel must be manufactured in a facility located in the United States of 40
America. 41
2.5 TYPE 42
A. Product shall be ECS-LC/G.04C type carbon, or approved equal. 43
44 31 16 - 7
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT
Page 7 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
B. Sufficient activated carbon shall be provided to fill the reactor vessel to the height of the 1
vessel. The activated carbon shall be virgin granular activated carbon. The activated 2
carbon shall be suitable for the vapor phase adsorption of sewage treatment odors. No 3
chemical impregnation of the activated carbon is permitted. The activated carbon shall 4
have the following specifications: 5
1. Iodine Number, mg/g 1,200 minimum 6
2. Moisture, weight % as packed 5% max 7
3. Hardness No. 99 minimum 8
4. Apparent Density, g/ml 0.45 minimum 9
5. Screen Size by Weight, US Sieve Series 5% on 4 mesh 10
6. H2S Breakthrough Capacity, g H2S removed/cc Carbon1 0.04 minimum 11
7. CTC by Weight 60% minimum 12
13
1 The determination of H2S breakthrough capacity will be made by passing a moist (85% 14
R.H.) air stream containing 1% H2S at a rate of 1,450 cc/min. through a 1-inch diameter 15
by 9-inch-deep bed of uniformly packed activated carbon and monitored to 50 ppm 16
breakthrough. Results are expressed in grams H2S removed per cc of carbon. Test shall 17
be performed per ASTM Test method D-6646, without modification or addition. 18
2.6 FAN 19
A. The fan shall be a centrifugal industrial FRP fan that meets AMCA requirements. All 20
parts of the fan that are exposed to the airstream shall be encapsulated in FRP with 21
graphite impregnation to insure corrosion resistance and spark proof operation. 22
B. All fans shall be equipped with the following features and accessories: 23
1. Flanged inlet/outlet 24
2. PVC coupling drain 25
3. Teflon Shaft Seal 26
4. Shaft and Belt Guards 27
5. Constant-speed V-belt drive 28
C. Fan shall be manufactured by New York Blower, KCH, or equal. 29
D. The fan shall be rated for 2600 cfm @ 10” w.c. 30
E. The fan shall be equipped with a unified base with neoprene vibrations isolators. 31
F. The motor shall be TEFC heavy duty, with a 1.15 SF, 10 hp, 3-60-230/480 volt. 32
G. Fan shall be manufactured in the United States of America. 33
2.7 SOUND ATTENUATION, WEATHER ENCLOSURE, STACK AND OUTLET 34
SILENCER 35
A. FRP fan enclosure shall be provided by the system supplier. Construction and 36
performance shall be as follows: 37
1. Walls shall be vacuum-formed construction with two layers of FRP over a honey-38
comb core. 39
2. Resin, liner, color and exterior coating system shall be the same as specified for the 40
adsorber vessel. 41
3. Enclosure shall have four ventilation louvers installed. 42
4. Enclosure shall be manufactured so that it can be easily removed for maintenance. 43
44 31 16 - 8
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT
Page 8 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
5. Enclosure shall be single-piece construction. No seams or joints are allowed. Bolt-1
together kit enclosures are not acceptable. 2
6. Enclosure shall have 2” of ECS Sound-adsorb lining all internal surfaces. 3
7. Enclosure shall reduce fan noise contribution to 3 db at a distance of 5 feet. 4
8. Enclosure system shall have been tested in an NVLAP certified laboratory within the 5
prior 12-months. 6
2.8 INSTRUMENTATION 7
A. Pressure differential instruments shall be provided and include Magnehelic style pressure 8
gauges allowing determination of the pressure loss in inches of water column across the 9
carbon. The range shall be 0-10 inches of water. Tubing shall be bonded to a solid acrylic 10
plastic block that contains safety traps. Magnehelic shall be Dwyer or equal. 11
B. Sampling Ports: Each adsorption unit shall have three 2-inch diameter sample ports which 12
extend into the carbon bed 1 foot minimum, suitable for extracting carbon samples. 13
Provide one grain thief that is capable of extracting a core sample of the in-place carbon 14
through the sample ports. Ports shall be adequate to provide suitable extraction of air 15
samples from the carbon bed and be nonbinding. Each port nozzle shall extend outside 16
the vessel wall and be blocked off with a 2-inch ball valve. One additional air sampling 17
port shall be provided above the carbon bed. 18
C. A visual H2S breakthrough indicator should be supplied on the outlet of the fan. Indicator 19
shall change color when trace amounts of sulfide being breaking through the carbon and 20
provide at least three-months warning prior to detectable breakthrough. Indicator system 21
shall not require calibration or have any complex electronic components. 22
2.9 CONTROLS 23
A. Control Panel / Motor Starter – The system shall be furnished with a Local Control Panel. 24
The panel shall be housed in a NEMA 4X enclosure. The Local Control Panel shall 25
control the exhaust fan and be mounted a minimum of 3’ away from the system. 26
a. NEMA 4X SST enclosure with: 27
b. 480v main circuit breaker 28
c. Control transformer – 120v 29
d. Controls/Contacts/Alarms 30
1) HOA switch for fan 31
2) Main power disconnect 32
3) Red “On” pilot light’ 33
4) Motor Starter for Exhaust Fan 34
5) Dry Contacts for: 35
(1) Exhaust Fan Run 36
(2) Fan Fail 37
2.10 PRE-FILTER 38
A. Housing: Housing shall be manufactured using fiberglass reinforced plastic. Stainless or 39
alternate plastic materials are not acceptable. Manufacture shall have a minimum of 10 40
years’ experience in the design and supply of similar equipment. Manufacturer shall 41
retain the services of an independent inspector who is responsible to confirm the prefilter 42
has been manufactured in accordance with this specification and all FRP work meets or 43
exceeds ASME RTP-1 level 2 visual inspection criteria. 44
44 31 16 - 9
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT
Page 9 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. Resin system shall be a corrosion resistant vinyl ester with a class 1 flame spread 1
rating. Acceptable products are AOC K022-AC or Dow Derakane 510-B series. 2
Resin system shall not require any additives such as nyacol or antimony to achieve 3
the class 1 flame spread rating. Finished laminate including liner and structure shall 4
be translucent. 5
2. All internal surfaces shall have a 100-mil corrosion liner made up of a single nexus 6
veil followed by two layers of 1.5 oz chopped strand matt. 7
3. All exterior surfaces shall have gelcoat applied. This coating shall contain UV 8
inhibitors, color to be selected by the owner. 9
4. Housing shall have machined UMHW guides to prevent stainless frame on filter pad 10
from scratching or damaging the corrosion liner. 11
5. Filter housing shall be designed for 12” positive and negative pressure with a 12
maximum of 1/8” deflection. 13
6. Housing shall have an access door for pad removal complete with EPDM gasket and 14
316 Stainless hinges / quick latches. For filter housings larger than 3’ across, two 15
access doors shall be provided. Access doors shall have stainless toggle clamps for 16
easy pad access. Bolt-on access doors are not acceptable. 17
7. Housing shall have a 2” deep, 2” wide sump that runs the width of the housing with 18
FNPT located in the bottom center. 19
B. Filter Pad 20
1. Pad shall have 2” of stainless mesh followed by 4” of poly mesh. Mesh shall be held 21
together by a stainless steel frame. Total pad width including pads and frame shall be 22
8”. 23
2. Maximum pad segment width of pads is 24”. Pads larger than 24” wide must be 24
segmented to allow easy removal by the owner. Segment width should not exceed 25
24”. 26
C. Dimensions / Design 27
1. End connections shall be sized for a maximum air velocity of 2500 ft/min. Flange 28
dimensions shall match the connecting ductwork. Flange thickness shall not be less 29
than that listed in ASTM 3982. 30
2. Inlet cone shall be designed so that the airstream can spread evenly over the pad 31
surface. Cone angle shall be no less than 60 deg. 32
3. Housing shall be sized so that air velocity through the filter pad is 400 ft/min. 33
4. Particle removal efficiency shall be 99% of particles 10 microns or larger. 34
2.11 ADSORBER VESSEL ACCESSORIES 35
A. 16 gauge SST name plate with ¼” die-stamped equipment tag number securely mounted 36
in a readily visible location. 37
B. 316 SST lifting lugs. 38
C. 316 SST anchor bolts sized by the equipment manufacturer (1/2” minimum) and supplied 39
by contractor. 40
41
42
44 31 16 - 10
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT
Page 10 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
2.12 SOURCE QUALITY CONTROL 1
A. Manufacturer Services 2
1. The Manufacturer shall provide the services of a trained, qualified representative of 3
the manufacturer for the installation and startup of the carbon system. Said 4
representative shall be at the jobsite for a minimum of 1 working day to inspect the 5
installation, direct the startup of the system and provide system training. The 6
Manufacturer shall have the representative provide written certification that each 7
system is correctly installed, with all specified and required components, and that 8
each is capable of meeting the specified performance requirements. This written 9
certification shall be submitted to the Engineer prior to the startup of any system. 10
PART 3 - EXECUTION 11
3.1 INSTALLERS 12
A. General: 13
1. Obtain all permits. 14
2. Install equipment and appurtenances in accordance with manufacturer’s 15
recommendations. 16
3. Provide all materials and equipment required. 17
3.2 FUNCTIONAL TESTING 18
A. Functional testing shall be conducted after the installation of the carbon vessels and all 19
appurtenances and the equipment has been operated for a sufficient period to make any 20
corrections or adjustments. Each carbon vessel shall be subject to field functional tests 21
under actual operating conditions to determine that operation is satisfactory and in 22
compliance with the Specifications. 23
B. The Contractor will provide, calibrate, and install all temporary gauges and meters, and 24
install all temporary piping and wiring required for the functional tests. 25
C. The functional tests shall include the following: 26
1. Alignment: Test complete assemblies for correct and proper alignment and 27
connection, and quite operation. 28
2. Flow Throughput: Measured by system or temporary instrumentation. 29
3. Discharge and Inlet Static Pressure: Measured by system instrumentation or 30
temporary measurement devices. 31
4. Test all system components for proper adjustment and operation in both manual and 32
automatic operating modes. 33
D. System Start-Up 34
1. Shall be performed by qualified representative of the manufacturer. 35
E. System Training 36
1. Training shall be provided by qualified representative of the manufacturer during 37
system start-up. 38
44 31 16 - 11
ACTIVATED CARBON ADSORPTION ODOR CONTROL EQUIPMENT
Page 11 of 11
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
3.3 ADJUSTING 1
A. Adjust manual control devices to balance air flows so they perform as design and 2
specified. System shall be balanced within 5% of the design airflow before proceeding 3
with the Performance Testing. 4
5
B. Submit certified report outlining balancing procedures used; report to include: 6
1. Type of measuring devices used. 7
2. Air quantities at each outlet, damper and fan. 8
3. Fan speeds. 9
4. Fan suction and discharge pressures. 10
5. Air quantities through fan, by test and by summation of air quantities at outlets. 11
3.4 PERFORMANCE TESTING 12
A. The hydrogen sulfide and odor removal performance shall be tested and verified by the 13
Manufacturer. The testing shall be conducted over a 24 hour period. 14
B. Inlet hydrogen sulfide shall be continuously monitored using an Odalog Hydrogen 15
Sulfide Gas Logger by Detection Instruments with a range of 0 to 1000 ppm. Outlet 16
hydrogen sulfide shall be continuously monitored using a Low Range Odalog Hydrogen 17
Sulfide Gas Logger by Detection Instruments with a range of 0.001 to 2.0 ppm. 18
C. Following successful completion of the performance testing, the Manufacturer shall 19
submit a report certifying the system meets the performance requirements. Should the 20
system not meet the performance requirements, the Manufacturer shall repeat the 21
performance testing at no additional cost to the Owner. The Owner, at its sole discretion, 22
may accept the results of a failed performance test if sufficient justification is provided 23
showing an operational anomaly that led to the failed test. 24
END OF SECTION 25
46 41 00 - 1
AIR POWERED WETWELL MIXERS
Page 1 of 3
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
SECTION 46 41 00 1
AIR POWERED WETWELL MIXERS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes 5
1. Requirements to provide, install, and place into operation, two (2) complete units of 6
air powered circulation equipment for a sanitary sewer lift station wetwell. 7
B. Related Specification Sections include but are not necessarily limited to 8
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 9
Contract. 10
2. Division 1 - General Requirements. 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is included in the total lump sum price. 14
1.3 REFERENCES [NOT USED] 15
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16
1.5 SUBMITTALS 17
A. Submittals shall be in accordance with Section 01 33 00. 18
B. All submittals shall be accepted by the City prior to delivery and/or fabrication for 19
specials. 20
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 21
A. Product Data 22
1. Air powered wetwell mixer technical data stating quantity and model number of 23
proposed equipment. 24
2. Copy of circulation equipment warranty in accordance with Paragraph 1.12. 25
3. Manufacturer’s literature, illustrations, and specification sheets for proposed 26
equipment 27
4. Manufactures illustration instructions for proposed equipment. 28
1.7 CLOSEOUT SUBMITTALS [NOT USED] 29
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30
1.9 QUALITY ASSURANCE [NOT USED] 31
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32
A. Storage and Handling Requirements 33
46 41 00 - 2
AIR POWERED WETWELL MIXERS
Page 2 of 3
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
1. All parts shall be properly protected so that no damage or deterioration will occur 1
during a prolonged delay from the time of shipment until installation is completed 2
and the units and equipment are ready for operation. 3
2. All equipment and parts must be stored to properly to protect against any weather 4
or damage during a prolonged period at the site. 5
1.11 SITE CONDITIONS [NOT USED] 6
1.12 WARRANTY 7
A. The equipment shall be warranted to be free from defects in workmanship, design and 8
materials. If any part of the equipment should fail during the warranty period, it shall be 9
replaced, and the unit(s) restored to service at no expense to the City. Warranty shall be 10
for a period of two (2) years after Final Acceptance. 11
PART 2 - PRODUCTS 12
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 13
2.2 MATERIALS 14
A. Manufacturers 15
1. Manufacturer List 16
a. Medora – Gridbee AP-500 17
2. Any product that is not listed above is considered a substitution and shall be 18
submitted in accordance with Section 01 25 00. 19
B. Performance / Design Criteria 20
1. The mixing equipment metal housing, intake plate and air manifold shall be 21
constructed primarily of Type 316 stainless steel, it shall also undergo a passivation 22
bath, also known as stainless steel pickling, to restore corrosion resistance to the 23
welds and other areas of imperfections. The air distribution system shall be 24
constructed primarily of glass filled polypropylene and EPDM. 25
2. The circulation equipment shall be driven by an air supply unit with the following 26
features: 27
a. 1/2 HP rated air pump capable of producing 6.0 cubic feet per minute (0.17 28
cubic meters per minute) @ 4 psi (27.6 kiloPascal) consuming 1/2 HP (375 29
Watt) power. Includes weatherproof housing and contains 120vAC cord and 30
plug. Requires 120vAC, 20 Amp, receptacle for power source. 31
3. The circulation equipment shall be capable of passing up to 4 inch spherical solids. 32
4. The circulation equipment shall have an optional flotation system designed to 33
support mixer when required. 34
C. Maintenance Requirements 35
1. The circulation equipment shall operate normally with the following maintenance 36
features: 37
a. No scheduled lubrication is required of any system components. 38
b. No spare parts shall be required to be kept on hand. 39
c. No tools beyond normal cleaning supplies and a few common hand tools shall 40
be required for scheduled maintenance. 41
46 41 00 - 3
AIR POWERED WETWELL MIXERS
Page 3 of 3
CITY OF FORT WORTH SILVER CREEK LIFT STATION
CITY PROJECT NO. 104489-3
D. All nuts, bolts, and fasteners intended to connect proposed mixer to wetwell top slab 1
shall be Stainless Steel 316. 2
E. Provide and install custom weatherproof and durable motor housing enclosure. 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
A. Mixer shall be hung from the wetwell as indicated in the Drawings and in accordance 11
with manufacturer’s recommendations for installation. 12
B. Motor location shall be as indicated in the Electrical Drawings. 13
3.5 REPAIR [NOT USED] 14
3.6 RE-INSTALLATION [NOT USED] 15
3.7 SITE QUALITY CONTROL [NOT USED] 16
3.8 SYSTEM STARTUP [NOT USED] 17
3.9 ADJUSTING [NOT USED] 18
3.10 CLEANING [NOT USED] 19
3.11 CLOSEOUT ACTIVITIES [NOT USED] 20
3.12 PROTECTION [NOT USED] 21
3.13 MAINTENANCE [NOT USED] 22
3.14 ATTACHMENTS [NOT USED] 23
END OF SECTION 24
25
26
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised July 1, 2011
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GR-01 60 00 Product Requirements
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised July 1, 2011
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised July 1, 2011
Scale Drawn by
N/A
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
01/14/2025 061018452 1 OF 5
SANITARY SEWER EASEMENT
JACOB WILCOX #2 SURVEY,
ABSTRACT No. 1725
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
LEGAL DESCRIPTION
SANITARY SEWER EASEMENT
BEING a 0.5109 acre (22,256 square foot) tract of land situated in the Jacob Wilcox #2 Survey, Abstract No. 1725,
City of Fort Worth, Tarrant County, Texas; said tract being a portion of Freeman's Park, Tract A, Lake Worth Leases,
an addition to the City of Fort Worth according to the plat recorded in Cabinet A, Slide 7635 of the Plat Records,
Tarrant County, Texas (P.R.T.C.T.); said tract also being part of a tract of land described as First Tract in Deed to the
City of Fort Worth recorded in Volume 519, Page 622 of the Deed Records, Tarrant County, Texas (D.R.T.C.T.); said
tract being more particularly described as follows:
BEGINNING at a point for corner in the northwest right-of-way line of Heron Drive (a 60 foot right-of-way); said point
being the east end of a right-of-way corner clip at the intersection of said northwest right-of-way line of Heron Drive
and the northeast right-of-way line of Silver Creek Road (a variable width right-of-way), from which a 5/8” iron rod set
with a cap stamped “KHA” in the said northwest right-of-way line of Heron Drive bears North 48°51'06” East, a
distance of 20.02 feet;
THENCE North 83°24'58" West, along said right-of-way corner clip, a distance of 28.14 feet to a point for corner in
the northeast right-of-way line of Silver Creek Road, said point being the west end of said corner clip;
THENCE North 38°07'26" West, along the said northeast right-of-way line of Silver Creek Road, a distance of 51.77
feet to a point for corner;
THENCE North 16°07'09" West, departing the said northeast right-of-way line of Silver Creek Road, a distance of
12.62 feet to a point for corner;
THENCE North 37°18'59" West, a distance of 471.32 feet to a point for corner;
THENCE North 24°01'55" West, a distance of 174.11 feet to a point for corner;
THENCE North 00°20'37" West, a distance of 102.82 feet to a point for corner;
THENCE North 45°00'00" East, a distance of 84.80 feet to a point for corner, from which a 5/8” iron rod set with a cap
stamped “KHA” bears North 32°56'28” West, a distance of 156.03 feet; said iron rod being the southeast right-of-way
corner of Silver Creek Road (a variable width right-of-way) and the southwest corner of Park, Lake Worth Lease
Blocks, an addition to the City of Fort Worth according to the plat recorded in Cabinet A, Slide 7417, P.R.T.C.T.;
KENT, MASON 1/14/2025 12:01 PM K:\FTW_SURVEY\061018452-SILVER CREEK LS-FM-GM\DWG\061018452-SILVER CREEK LS-FM-GM_NE SSE UPDATE.DWG
MKK SCR
Scale Drawn by
N/A
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
01/14/2025 061018452 2 OF 5
SANITARY SEWER EASEMENT
JACOB WILCOX #2 SURVEY,
ABSTRACT No. 1725
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
LEGAL DESCRIPTION
SANITARY SEWER EASEMENT
THENCE North 90°00'00" East, a distance of 35.36 feet to a point for corner;
THENCE South 45°00'00" West, a distance of 99.36 feet to a point for corner;
THENCE South 00°20'39" East, a distance of 87.13 feet to a point for corner;
THENCE South 24°01'34" East, a distance of 165.97 feet to a point for corner;
THENCE South 37°19'08" East, a distance of 473.08 feet to a point for corner;
THENCE South 16°07'09" East, a distance of 26.95 feet to a point for corner;
THENCE South 38°35'41" East, a distance of 53.25 feet to the POINT OF BEGINNING and containing 22,256
square feet or 0.5109 acres of land, more or less.
KENT, MASON 1/14/2025 12:01 PM K:\FTW_SURVEY\061018452-SILVER CREEK LS-FM-GM\DWG\061018452-SILVER CREEK LS-FM-GM_NE SSE UPDATE.DWGSTATE O F TE
X
ASRE G I S T E R
E
DLAN
D SUR V E Y O RPRO
FE S S I O N ALMICHAEL CLEO BILLINGSLEY
6558
NOTES
Bearing system and coordinates based on the Texas Coordinate System of 1983 (2011 adjustment), Texas North
Central (4202) with an applied combined scale factor of 1.00012. A survey plat of even survey date herewith
accompanies this metes and bounds description.
The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately
sets out the metes and bounds of the easement tract.
____________________________
MICHAEL CLEO BILLINGSLEY
REGISTERED PROFESSIONAL
LAND SURVEYOR NO. 6558
801 CHERRY STREET,
UNIT 11 SUITE 1300
FORT WORTH, TEXAS 76102
PH. 817-335-6511
michael.billingsley@kimley-horn.com MKK SCR
FREEMAN'S PARK
TRACT A
LAKE WORTH LEASES
(CAB. A, SL. 7635)HERON DRIVE(60' RIGHT-OF-WAY)(CAB. A, SL. 7635)FIRST TRACT
CITY OF FORT WORTH
(VOL. 519, PG. 622)
FIRST TRACT
CITY OF FORT WORTH
(VOL. 519, PG. 622)
IRSC
P.O.B.SI
LVER
CREEK
ROAD
(A
VAR
IAB
LE
W
IDTH
-R
IGHT
-OF
-WAY
)
N48°51'06"E
20.02'
SANITARY
SEWER
EASEMENT
0.5109 ACRES
22,256 SQ. FT.
L1
L
2
L3N3
7
°
1
8
'5
9
"W
4
7
1
.
32
'S3
7
°
1
9
'
0
8
"E
4
7
3
.
0
8
'L4L
5
LINE TABLE
NO.
L1
L2
L3
L4
L5
BEARING
N83°24'58"W
N38°07'26"W
N16°07'09"W
S16°07'09"E
S38°35'41"E
LENGTH
28.14'
51.77'
12.62'
26.96'
53.25'
10' UTILITY
EASEMENT
KENT, MASON 1/14/2025 12:01 PM K:\FTW_SURVEY\061018452-SILVER CREEK LS-FM-GM\DWG\061018452-SILVER CREEK LS-FM-GM_NE SSE UPDATE.DWG
Scale Drawn by
1" = 60'
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
0
GRAPHIC SCALE IN FEET
30 60
NORTH
061018452 3 OF 5MKKSCRSTATE O F TE
X
ASRE G I S T E R
E
DLAN
D SUR V E Y O RPRO
FE S S I O N ALMICHAEL CLEO BILLINGSLEY
6558
____________________________
MICHAEL CLEO BILLINGSLEY
REGISTERED PROFESSIONAL
LAND SURVEYOR NO. 6558
801 CHERRY STREET,
UNIT 11 SUITE 1300
FORT WORTH, TEXAS 76102
PH. 817-335-6511
michael.billingsley@kimley-horn.com
SANITARY SEWER EASEMENT
JACOB WILCOX #2 SURVEY,
ABSTRACT No. 1725
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
01/14/2025
MATCHLINE (SEE SHEET 4)
NOTES
Bearing system and coordinates based on the Texas Coordinate System of 1983 (2011 adjustment), Texas North
Central (4202) with an applied combined scale factor of 1.00012. A survey plat of even survey date herewith
accompanies this metes and bounds description.
The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately
sets out the metes and bounds of the easement tract.
FIRST TRACT
CITY OF FORT WORTH
(VOL. 519, PG. 622)
FIRST TRACT
CITY OF FORT WORTH
(VOL. 519, PG. 622)N24°01'55"W174.11
'S24°01'34"E165.97
'
SANITARY
SEWER
EASEMENT
0.5109 ACRES
22,256 SQ. FT.S3
7
°
1
9
'
0
8
"E
4
7
3
.
08
'N3
7
°
1
8
'
5
9
"W
4
7
1
.
32
'
KENT, MASON 1/14/2025 12:01 PM K:\FTW_SURVEY\061018452-SILVER CREEK LS-FM-GM\DWG\061018452-SILVER CREEK LS-FM-GM_NE SSE UPDATE.DWG
Scale Drawn by
1" = 60'
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
0
GRAPHIC SCALE IN FEET
30 60
NORTH
061018452 4 OF 5MKKSCR
SANITARY SEWER EASEMENT
JACOB WILCOX #2 SURVEY,
ABSTRACT No. 1725
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
01/14/2025
MATCHLINE (SEE SHEET 5)
MATCHLINE (SEE SHEET 3)
PARK
LAKE WORTH LEASE BLOCKS
(CAB. A, SL. 7417)
CITY OF FORT WORTH
(VOL. 519, PG. 622)
FIRST TRACT
CITY OF FORT WORTH
(VOL. 519, PG. 622)SILVER CREEK ROAD(A VARIABLE WIDTH RIGHT-OF-WAY)IRSC
N32°56
'28
"W156.03
'
N00°20'37"W
102.82'N45°00'00"E84.80'N90°00'00"E
35.36'S45°00'00"W 99.36'S00°20'39"E
87.13'
SANITARY
SEWER
EASEMENT
0.5109 ACRES
22,256 SQ. FT.
N:6974501.47
E:2278125.94
10' UTILITY
EASEMENT
KENT, MASON 1/14/2025 12:01 PM K:\FTW_SURVEY\061018452-SILVER CREEK LS-FM-GM\DWG\061018452-SILVER CREEK LS-FM-GM_NE SSE UPDATE.DWG
Scale Drawn by
1" = 60'
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
0
GRAPHIC SCALE IN FEET
30 60
LEGEND
P.O.B. = POINT OF BEGINNING
IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
NORTH
061018452 5 OF 5MKKSCR
SANITARY SEWER EASEMENT
JACOB WILCOX #2 SURVEY,
ABSTRACT No. 1725
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
01/14/2025
MATCHLINE (SEE SHEET 4)
Scale Drawn by
N/A
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
01/13/2025 061018452 1 OF 5
TEMPORARY CONSTRUCTION
EASEMENT
JACOB WILCOX #2 SURVEY,
ABSTRACT No. 1725
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
LEGAL DESCRIPTION
TEMPORARY CONSTRUCTION EASEMENT
BEING a 0.2100 acre (9,147 square foot) tract of land situated in the Jacob Wilcox #2 Survey, Abstract No. 1725,
City of Fort Worth, Tarrant County, Texas; said tract being a portion of Freeman's Park, Tract A, Lake Worth Leases,
an addition to the City of Fort Worth according to the plat recorded in Cabinet A, Slide 7635 of the Plat Records,
Tarrant County, Texas (P.R.T.C.T.); said tract also being part of a tract of land described as First Tract in Deed to the
City of Fort Worth recorded in Volume 519, Page 622 of the Deed Records, Tarrant County, Texas (D.R.T.C.T.); said
tract being more particularly described as follows:
BEGINNING at a 5/8” iron rod set with a cap stamped “KHA” in the southeast line of said Tract A and the northwest
right-of-way line of Heron Drive (a variable width right-of-way)
THENCE North 38°35'41" West, departing said southeast line of Tract A and said northwest right-of-way line of Heron
Drive, a distance of 48.38 feet to a point for corner;
THENCE North 16°07'09" West, a distance of 21.44 feet to a point for corner;
THENCE South 73°52'51" West, a distance of 20.00 feet to a point for corner;
THENCE North 16°07'09" West, a distance of 1.54 feet to a point for corner;
THENCE North 37°19'08" West, a distance of 473.08 feet to a point for corner;
THENCE North 24°01'34" West, a distance of 165.97 feet to a point for corner;
THENCE North 00°20'39" West, a distance of 87.13 feet to a point for corner;
THENCE North 45°00'00" East, a distance of 99.36 feet to a point for corner from which a 5/8” iron rod set with a cap
stamped “KHA” bears North 42°33'02” West, a distance of 177.75 feet; said iron rod being the southwest corner of
Park, Lake Worth Lease Blocks, an addition to the City of Fort Worth according to the plat recorded in Cabinet A,
Slide 7417 of the said P.R.T.C.T.;
THENCE North 90°00'00" East, a distance of 14.14 feet to a point for corner;
THENCE South 45°00'00" West, a distance of 105.18 feet to a point for corner;
KENT, MASON 1/13/2025 1:13 PM K:\FTW_SURVEY\061018452-SILVER CREEK LS-FM-GM\DWG\061018452-SILVER CREEK LS-FM-GM_NE TCE UPDATE.DWG
MKK SCR
Scale Drawn by
N/A
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
01/13/2025 061018452 2 OF 5
TEMPORARY CONSTRUCTION
EASEMENT
JACOB WILCOX #2 SURVEY,
ABSTRACT No. 1725
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
LEGAL DESCRIPTION
TEMPORARY CONSTRUCTION EASEMENT
THENCE South 00°20'39" East, a distance of 80.86 feet to a point for corner;
THENCE South 24°01'34" East, a distance of 162.71 feet to a point for corner;
THENCE South 37°19'08" East, a distance of 466.72 feet to a point for corner;
THENCE North 73°52'51" East, a distance of 22.55 feet to a point for corner;
THENCE South 16°07'09" East, a distance of 29.45 feet to a point for corner;
THENCE South 38°35'41" East, a distance of 45.61 feet to a point for corner in the said southeast line of Tract A and
the said northwest right-of-way line of Heron Drive; said point being the beginning of a non-tangent curve to the right
with a radius of 445.00 feet, a central angle of 01°17'30", and a chord bearing and distance of South 46°55'01" West,
10.03 feet;
THENCE in a southwesterly direction, along said southeast line of Tract A and said northwest right-of-way line of
Heron Drive, with said non-tangent curve to the right, and an arc distance of 10.03 feet to the POINT OF BEGINNING
and containing 9,148 square feet or 0.2100 acres of land, more or less.
KENT, MASON 1/13/2025 1:13 PM K:\FTW_SURVEY\061018452-SILVER CREEK LS-FM-GM\DWG\061018452-SILVER CREEK LS-FM-GM_NE TCE UPDATE.DWGSTATE O F TE
X
ASRE G I S T E R
E
DLAN
D SUR V E Y O RPRO
FE S S I O N ALMICHAEL CLEO BILLINGSLEY
6558
NOTES
Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), Texas North Central (4202).
A survey plat of even survey date herewith accompanies this metes and bounds description.
The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately
sets out the metes and bounds of the easement tract.
____________________________
MICHAEL CLEO BILLINGSLEY
REGISTERED PROFESSIONAL
LAND SURVEYOR NO. 6558
801 CHERRY STREET,
UNIT 11 SUITE 1300
FORT WORTH, TEXAS 76102
PH. 817-335-6511
michael.billingsley@kimley-horn.com MKK SCR
FREEMAN'S PARK
TRACT A
LAKE WORTH LEASES
(CAB. A, SL. 7635)
HER
O
N
D
RI
V
E
(60'
RI
G
H
T-
O
F-
W
A
Y)(CAB.
A,
S
L.
763
5)
CITY OF FORT WORTH
(VOL. 325, PG. 390)
(VOL. 23, PG. 376)SI
LVER
CREEK
ROAD
(A
VAR
IAB
LE
W
IDTH
-R
IGH
T
-OF
-WAY
)
P.O.B.
IRSC
C1
L
1
L2
L3L4N3
7
°
1
9
'
0
8
"W
4
7
3
.
0
8
'S3
7
°
1
9
'
0
8
"E
4
6
6
.
7
2
'
L8
L9L
1
0
TEMPORARY
CONSTRUCTION
EASEMENT
0.2100 ACRES
9,148 SQ. FT.FIRST TRACT
CITY OF FORT WORTH
(VOL. 519, PG. 622)
KENT, MASON 1/13/2025 1:13 PM K:\FTW_SURVEY\061018452-SILVER CREEK LS-FM-GM\DWG\061018452-SILVER CREEK LS-FM-GM_NE TCE UPDATE.DWG
Scale Drawn by
1" = 60'
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
0
GRAPHIC SCALE IN FEET
30 60
NORTH
061018452 3 OF 5MKKSCRSTATE O F TE
X
ASRE G I S T E R
E
DLAN
D SUR V E Y O RPRO
FE S S I O N ALMICHAEL CLEO BILLINGSLEY
6558
____________________________
MICHAEL CLEO BILLINGSLEY
REGISTERED PROFESSIONAL
LAND SURVEYOR NO. 6558
801 CHERRY STREET,
UNIT 11 SUITE 1300
FORT WORTH, TEXAS 76102
PH. 817-335-6511
michael.billingsley@kimley-horn.com
NOTES
Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), Texas North Central (4202).
A metes and bounds description of even survey date herewith accompanies this survey plat.
The undersigned, Registered Professional Land Surveyor, hereby certifies that this survey plat accurately sets out
the metes and bounds of the easement tract.
TEMPORARY CONSTRUCTION
EASEMENT
JACOB WILCOX #2 SURVEY,
ABSTRACT No. 1725
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
01/13/2025
MATCHLINE (SEE SHEET 4)
FIRST TRACT
CITY OF FORT WORTH
(VOL. 519, PG. 622)
TEMPORARY
CONSTRUCTION
EASEMENT
0.2100 ACRES
9,148 SQ. FT.N24°01'34"W165.97
'S24°01'34"E162.71
'
LINE TABLE
NO.
L1
L2
L3
L4
L5
L6
L7
L8
L9
L10
BEARING
N38°35'41"W
N16°07'09"W
S73°52'51"W
N16°07'09"W
N00°20'39"W
N90°00'00"E
S00°20'39"E
N73°52'51"E
S16°07'09"E
S38°35'41"E
LENGTH
48.38'
21.44'
20.00'
1.54'
87.13'
14.14'
80.86'
22.55'
29.45'
45.61'
CURVE TABLE
NO.
C1
RADIUS
445.00'
DELTA
1°17'30"
CHORD BEARING
S46°55'01"W
CHORD
10.03'
LENGTH
10.03'S3
7
°
1
9
'
0
8
"E
4
6
6
.
72
'N3
7
°
1
9
'
0
8
"W
4
7
3
.
0
8
'
KENT, MASON 1/13/2025 1:13 PM K:\FTW_SURVEY\061018452-SILVER CREEK LS-FM-GM\DWG\061018452-SILVER CREEK LS-FM-GM_NE TCE UPDATE.DWG
Scale Drawn by
1" = 60'
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
0
GRAPHIC SCALE IN FEET
30 60
NORTH
061018452 4 OF 5MKKSCR
TEMPORARY CONSTRUCTION
EASEMENT
JACOB WILCOX #2 SURVEY,
ABSTRACT No. 1725
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
01/13/2025
MATCHLINE (SEE SHEET 5)
MATCHLINE (SEE SHEET 3)
PARK
LAKE WORTH LEASE BLOCKS
(CAB. A, SL. 7417)
CITY OF FORT WORTH
(VOL. 519, PG. 622)
IRSC SILVER CREEK ROAD(A VARIABLE WIDTH RIGHT-OF-WAY)L5N45°00'00"E99.36'L6
S45°00'00"W105.18'L7IRSC
N4
2
°
3
3
'
0
2
"W
1
7
7
.
7
5
'
TEMPORARY
CONSTRUCTION
EASEMENT
0.2100 ACRES
9,148 SQ. FT.
FIRST TRACT
CITY OF FORT WORTH
(VOL. 519, PG. 622)
KENT, MASON 1/13/2025 1:13 PM K:\FTW_SURVEY\061018452-SILVER CREEK LS-FM-GM\DWG\061018452-SILVER CREEK LS-FM-GM_NE TCE UPDATE.DWG
Scale Drawn by
1" = 60'
Checked by Date Project No.Sheet No.
Fort Worth, Texas 76102
801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511
www.kimley-horn.comFIRM # 10194040
0
GRAPHIC SCALE IN FEET
30 60
LEGEND
P.O.B. = POINT OF BEGINNING
IRSC = 5/8" IRON ROD W/ "KHA" CAP SET
NORTH
061018452 5 OF 5MKKSCR
TEMPORARY CONSTRUCTION
EASEMENT
JACOB WILCOX #2 SURVEY,
ABSTRACT No. 1725
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
01/13/2025
MATCHLINE (SEE SHEET 4)
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised July 1, 2011
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised July 1, 2011
GEOTECHNICAL ENGINEERING STUDY
SILVER CREEK LIFT STATION, FORCE MAIN, AND GRAVITY MAIN
SILVER CREEK ROAD
FORT WORTH, TEXAS
Presented To:
Kimley-Horn and Associates, Inc.
August 2024
PROJECT NO. 103-23-486
1
� 1 �:����G����:-'�f"�if1;C�
August ��, 2024
Repart No. � �3-23-486
Kimley-Horn and Asso�iat�s, lnc.
8�� Cherry 5treet, Suite 13�p, lJnit ��
Fort Wartl7, Texas 761 a2
Attn: Mr. Josh Kercha, P.E.
GEDTECHNICAL ENGIN��RiNG STUDY
SILVER �REEK L1FT STATIaN, FaRCE MAIN, AND GRAVITY MAIN
SILVER CREEK R�AD
FORT WDRTH, TExAS
Dear Mr. Kercho;
5ubmittet! here are the results af a geotechnical �ngineering study for the referer�ced project. This
study was pertvrmed in general accardance with ❑ur Praposal No. 23-8986 dated January 23,
2023. The geQtechni�al services were autl�orized via Kimley-Horn and Assvciates, lnc. IPD
Nui�rber Q61 D1845Z-01 dated July 12, 2�23 and executed on July � 9, 2a23 by Mr. Chris Iga, P.E.
of Kimley-Hvrn and Assaciat�s, Inc.
Engineering analyses ancl recommendatians are contained in the text sectipn of ti�e report. The
results of our field and labaratory services are inckuded in th� appendix af the report. We would
appreciate the o�portu�ity t� be cansidered �or �raviding ��nstructi�n material testing services
during the canstruc#ion phas� of this project.
We appreciate th� oppartunity tv �e of service to Kimley-Harn and Assaciates, Inc. Please cantact
us if y�u have any questions or if we may �e of further service at this tim�.
Resp�ctfully subinitte�,
CIVII� EIVGIN��R�NG, INC.
7�a5 F�RM REGISTRATIOH IVQ. F-9171
,
"'" � 1
❑aniel R. Green, PI�.O., E.I.T.
Gradua#e Engineer
Texas No. 5��28
. ��¢.�� o F TE�q� 1
� ••� • +1
� *.'....... . . ...... .: *++I
� JA�N�S P� SAPPf NGTQ{V,�IV �
�' . . �: ......�74D2 ..... : ��s
+�t ��' ��C �� •'���'
t��jS�CJ N p,5 E�`�'`..
,
*�ti�. �.aa'��
� j�
�
p� � .
4
,lame P. Sapping�on IV, P.E.
Pr�si ent
Texas No. 97�4�2
�apies submitted: �2j Mr. Josh Kercli�, f�.E.; Kimley-Horn and Assaciakes, ln�. �mail and email}
CNIJ Engineering 7G35 PeUble Dri�e
p: 817.284.9400 Farl Worlf�, TX 7611b
f: 817,589.9993 www.cmjengr.com
TABLE OF CONTENTS
Page
1.0 INTRODUCTION ------------------------------------------------------------------------------------------------------- 1
2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2
3.0 SUBSURFACE CONDITIONS -------------------------------------------------------------------------------------- 4
4.0 FOUNDATION RECOMMENDATIONS --------------------------------------------------------------------------- 7
5.0 BELOW GRADE AREAS -------------------------------------------------------------------------------------------- 13
6.0 UTILITY EXCAVATIONS -------------------------------------------------------------------------------------------- 16
7.0 ADDITIONAL DESIGN CONSIDERATIONS ------------------------------------------------------------------- 22
8.0 SEISMIC CONSIDERATIONS ------------------------------------------------------------------------------------- 23
9.0 EARTHWORK ---------------------------------------------------------------------------------------------------------- 23
10.0 CONSTRUCTION OBSERVATIONS ----------------------------------------------------------------------------- 26
11.0 REPORT CLOSURE ------------------------------------------------------------------------------------------------- 26
APPENDIX A
Plate
Plan of Borings --------------------------------------------------------------------------------------------------------------- A.1
Unified Soil Classification System --------------------------------------------------------------------------------------- A.2
Key to Classification and Symbols -------------------------------------------------------------------------------------- A.3
Logs of Borings ----------------------------------------------------------------------------------------------------- A.4 – A.19
Particle Size Distribution Reports ----------------------------------------------------------------------------- A.20 – A.23
Free Swell Test Results -------------------------------------------------------------------------------------------------- A.24
Report No. 103-23-486 CMJ ENGINEERING, INC.
1
1.0 INTRODUCTION
1.1 General
The project, as currently planned, consists of a lift station located on the east side of Silver Creek
Road approximately 900 feet north of Heron Drive in Fort Worth, Texas. The station will incorporate
a wet well with a depth on the order of 30 feet, electrical building, and other equipment pads. In
addition, approximately 1.08 miles of gravity sanitary sewer line and 2.02 miles of force main will be
installed, extending from the proposed lift station to the southwest and south, respectively. The
project vicinity and approximate locations of the exploration borings are illustrated on Plate A.1, Plan
of Borings.
1.2 Purpose and Scope
The purpose of this geotechnical engineering study has been to determine the general subsurface
conditions, evaluate the engineering characteristics of the subsurface materials encountered,
develop comments on general excavation, develop recommendations for the type or types of
foundations suitable for the project, and provide earthwork recommendations.
To accomplish its intended purposes, the study has been conducted in the following phases: (1)
drilling sample borings to determine the general subsurface conditions and to obtain samples for
testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering
properties of the subsurface materials; and (3) performing engineering analyses, using the field and
laboratory data to develop geotechnical recommendations for the proposed construction.
The design is currently in progress and the locations and/or elevations of the proposed structures
and pipelines could change. The recommendations contained in this report are based on the design
development documents Silver Creek Lift Station, Force Main, and Gravity Main dated November
2023 and Silver Creek Lift Station dated September 2024, supplied by Kimley-Horn and Associates,
Inc. Once the final design is near completion (80-percent to 90-percent stage), it is recommended
that CMJ Engineering, Inc. be retained to review those portions of the construction documents
pertaining to the geotechnical recommendations, as a means to determine that our
recommendations have been interpreted as intended.
Report No. 103-23-486 CMJ ENGINEERING, INC.
2
1.3 Report Format
The text of the report is contained in Sections 1 through 11. All plates and large tables are contained
in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they
appear. Small tables of less than one page in length may appear in the body of the text and are
numbered according to the section in which they occur.
Units used in the report are based on the English system and may include tons per square foot (tsf),
kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per
cubic foot (pcf), and pounds per square inch (psi).
2.0 FIELD EXPLORATION AND LABORATORY TESTING
2.1 Field Exploration
Subsurface materials along the various project alignments were explored by sixteen (16) vertical soil
borings. Boring B-8 was drilled to a depth of 50 feet below existing grade in the area of the proposed
lift station. Borings B-1 through B-7 were drilled to depths of 20 to 45 feet along the proposed gravity
main alignment, and Borings B-9 through B-14 were drilled to depths of 15 to 25 feet along the
proposed force main alignment. Boring B-6 was terminated at a depth of 25 feet due to refusal atop
an extremely hard sandstone layer. The borings were drilled using truck-mounted drilling equipment
with continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1.
The boring logs are included on Plates A.4 through A.19 and keys to classifications and symbols
used on the logs are provided on Plates A.2 and A.3. Ground surface elevations shown on the logs
are approximate, as interpreted from plan and profile data as depicted on design development
document Silver Creek Lift Station, Force Main, and Gravity Main Exhibits FM-1, FM-2, and GM-1
dated November 2023 as provided by Kimley-Horn and Associates, Inc.
Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled
(Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler
consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a
ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of
the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for
consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture.
Report No. 103-23-486 CMJ ENGINEERING, INC.
3
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test, a 0.25-inch diameter piston is pushed into the relatively undisturbed
sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at
respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the
value is tabulated as 4.5+.
Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained
utilizing a nominal 2-inch O.D. split-barrel (split-spoon) sampler in conjunction with the Standard
Penetration Test (ASTM D1586). This test employs a 140-pound hammer that drops a free fall
vertical distance of 30 inches, driving the split-spoon sampler into the material. The number of blows
required for 18 inches of penetration is recorded and the value for the last 12 inches, or the
penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the
appropriate depth on the logs of borings.
To evaluate the relative density and consistency of the harder formations, a modified version of the
Texas Cone Penetration test was performed at selected locations. Texas Department of
Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-
pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow.
This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in
350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone
is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at
respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the
penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and
second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the
respective testing depths on the boring log.
Groundwater observations during and after completion of the borings are shown on the upper right
of the boring log. Upon completion of the borings, the boreholes were backfilled with soil cuttings and
plugged at the surface by hand tamping.
2.2 Laboratory Testing
Laboratory soil tests were performed on selected representative samples recovered from the
borings. In addition to the classification tests (liquid limits, plastic limits, and particle size analyses),
moisture content, unconfined compressive strength, and unit weight tests were performed. Results
Report No. 103-23-486 CMJ ENGINEERING, INC.
4
of the laboratory classification tests, moisture content, unconfined compressive strength, and unit
weight tests conducted for this project are included on the boring logs. The particle size analyses
are presented on Plates A.20 through A.23, Particle Size Distribution Reports.
A swell test was performed on a specimen from a selected sample of the clays. The test was
performed to help in evaluating the swell potential of near-surface soils in the area of the proposed
lift station. The results of the swell test are presented on Plate A.24.
The above laboratory tests were performed in general accordance with applicable ASTM procedures
or generally accepted practice.
3.0 SUBSURFACE CONDITIONS
3.1 Site Geology
According to the Dallas Sheet of the Geologic Atlas of Texas, three geological surface outcrops occur
along the project alignment. Considering elevation from highest to lowest, the following formations
occur in order: Goodland and Walnut Formations underlain by the Paluxy Formation, all of the Lower
Cretaceous age. The eastern portion of the alignment is located within the Goodland Limestone and
Walnut Clay. These formations consist primarily of active to highly active clays overlying limestone.
Some thin shale seams occur near the base of the Walnut formation overlying the Paluxy Sand.
Typical residual soils are active to highly active but are relatively shallow.
The western and northern portions of the alignment are located within the mapped outcropping of
the Paluxy Sand. In full section, the Paluxy Formation is approximately 200 feet thick and is
composed primarily of sands, mostly unconsolidated and cross bedded; clays and sandy clays,
normally in lenses; and thin calcareous clays. The Paluxy is an important aquifer in the area and
large amounts of groundwater can be found at relatively shallow depths in the formation.
3.2 Soil Conditions
Specific types and depths of subsurface strata encountered at the boring locations are shown on the
boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is
discussed below. Note that depths on the borings refer to the depth from the existing grade or ground
Report No. 103-23-486 CMJ ENGINEERING, INC.
5
surface present at the time of the investigation, and the boundaries between the various soil types
are approximate.
Possible fill soils were present at the surface in Borings B-1 and B-5, extending to depths of 3 to 10
feet. The possible fill soils consist of brown, tan, and gray silty clay and limestone gravel containing
limestone fragments, clay pockets, clay seams, iron stains, ironstone nodules, calcareous nodules,
and calcareous deposits.
Natural soils encountered consist of various dark brown, brown, light brown, reddish brown, light
reddish brown, and gray clays, silty clays, sandy silty clays, sandy clays, silty sandy clays, shaly
clays, and clayey sands. The various natural soils contain calcareous seams, calcareous nodules,
iron seams, ironstone nodules, and occasional calcareous deposits, gravel, and limestone
fragments. Fractured limestone seams are noted within the silty clays and silty sandy clays in Boring
B-9 above a depth of 2 feet, and in Borings B-11 and B-14 below depths of 3 to 11 feet.
The various clayey soils encountered had tested Liquid Limits (LL) of 24 to 83 with Plasticity Indices
(PI) of 12 to 61, and classify as SC, CL, and CH according to the USCS. The various clayey soils
encountered were generally stiff to hard (soil basis) with pocket penetrometer values ranging from
1.75 to over 4.5 tsf. Tested unit weights were 98 to 122 pcf and unconfined compressive strength
values were 3,200 to 16,810 psf. Select lower pocket penetrometer values reflect more granular
materials.
Tan and gray sands were encountered in Borings B-3 and B-10 at depths of 8 to 21 feet, extending
through boring termination at a depth of 25 feet notwithstanding a cemented sand stratum within the
sand from 18 to 22 feet in Boring B-10. The sands occasionally contain iron seams and sandy clay
seams and layers and are considered medium dense to dense with Standard Penetration (N) values
of 27 to 42 hammer blows per foot of penetration. The sands in Boring B-10 are lightly cemented
above a depth of 18 feet and are considered dense to very dense with Standard Penetration (SPT)
values of 49 hammer blows per foot of penetration to 5 inches of penetration for 50 hammer blows.
Tan, light reddish brown, and gray cemented sands were encountered in Borings B-2, B-4 through
B-6, B-8, and B-10 at depths of 1 to 18 feet, extending through termination in Borings B-2 and B-4
through B-6 at depths of 20 to 45 feet. The cemented sands occasionally contain gravel and are
very dense with Standard Penetration (SPT) values of 1½ to 5¼ inches of penetration for 50 hammer
Report No. 103-23-486 CMJ ENGINEERING, INC.
6
blows. Extremely hard sandstone layers were present within the cemented sands in Borings B-6
and B-8 at a depth of 25 feet.
Gray sandy shale was next encountered in Boring B-8 at a depth of 33 feet, extending through boring
termination at a depth of 50 feet. The gray sandy shale contains sand seams and layers and is
considered soft to moderately hard with Texas Cone Penetrometer (THD) test values of 4 to 7½
inches of penetration for 100 hammer blows
Tan limestone was next encountered in Boring B-12 at the surface and in Borings B-11.1 and B-12.1
through B-14 at depths of 1 to 13 feet. The tan limestone occasionally contains clay seams and
layers and is considered very hard to extremely hard (rock basis), with Texas Cone Penetrometer
(THD) test values of 0 to ½ inch of penetration for 100 hammer blows. The tan limestone in Borings
B-12 and B-12.1 occurs fractured above depths of 1 to 7 feet and is considered hard (rock basis),
with a Texas Cone Penetrometer (THD) test value of 1¾ inches of penetration for 100 hammer
blows. Gray limestone seams and layers are noted within the tan limestone in Boring B-12 below a
depth of 9 feet.
Gray limestone was next encountered in Borings B-11.1 through B-14 at depths of 7 to 17 feet,
extending through boring termination at depths of 15 to 25 feet. The gray limestone is considered
very hard (rock basis), with Texas Cone Penetrometer (THD) test values of ¼ to ¾ inch of penetration
for 100 hammer blows.
The Atterberg Limits tests indicate the various clayey soils encountered at this site vary from slightly
active to highly active with respect to moisture-induced volume changes. Active clays can
experience volume changes (expansion or contraction) with fluctuations in their moisture content.
3.3 Groundwater Observations
The borings were drilled using continuous flight augers in order to observe groundwater seepage
during drilling. Groundwater seepage was encountered during drilling in Borings B-1 through B-10
at depths of 10 to 37 feet, with subsequent water level readings of 8 to 30 feet measured at drilling
completion. In addition, borehole cave-in was observed during drilling in Boring B-5 at depths of 2
to 3 feet. The remaining borings were dry during drilling and at drilling completion. Table 3.3-1
summarizes water level data as encountered in the borings.
Report No. 103-23-486 CMJ ENGINEERING, INC.
7
TABLE 3.3-1
Groundwater Observations
Boring
No.
Seepage During
Drilling (ft.)
Water at
Completion (ft.)
B-1 25 26
B-2 10 8
B-3 17 12
B-4 30 30
B-5 37 w/ cave-in at 2, 3 27
B-6 18 17
B-7 16 14
B-8 17 14
B-9 17 18
B-10 16 13
B-11 Dry Dry
B-11.1 Dry Dry
B-12 Dry Dry
B-12.1 Dry Dry
B-13 Dry Dry
B-14 Dry Dry
While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might
occur based upon these short-term observations, it should be recognized that groundwater
conditions will vary with fluctuations in rainfall. Seepage near the observed levels should be
anticipated throughout the year.
Fluctuations of the groundwater level can occur due to seasonal variations in the amount of rainfall;
site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the
time the borings were performed. During wet periods of the year seepage can occur in joints in the
clays, via the more permeable strata, or atop/within the gray sandy shale and tan limestones. The
possibility of groundwater level fluctuations should be considered when developing the design and
construction plans for the project.
4.0 FOUNDATION RECOMMENDATIONS
4.1 General Foundation Considerations
Two independent design criteria must be satisfied in the selection of the type of foundation to support
the proposed lift station. First, the ultimate bearing capacity, reduced by a sufficient factor of safety,
Report No. 103-23-486 CMJ ENGINEERING, INC.
8
must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to
consolidation or expansion of the underlying soils during the operating life of the structure, total and
differential vertical movements must be within tolerable limits.
Lift station foundation recommendations are based on design development document Silver Creek
Lift Station – Mechanical Sections Exhibit Y2 dated September 2024 as provided by Kimley-Horn
and Associates, Inc. The proposed lift station floor is anticipated to be situated in the very dense,
tan cemented sand as encountered in Boring B-8. This foundation is planned to be a mat/slab
foundation.
4.2 Mat Foundation
4.2.1 Lift Station Foundation Design Criteria
A reinforced concrete mat/slab foundation may be used to support structural loads for the lift station.
The mat foundation is anticipated to be founded at approximately 32 feet below existing grade in
very dense, tan cemented sand. The mat/slab foundation may be designed for an allowable bearing
capacity of 8.0 ksf.
The mat design should incorporate the potential for hydrostatic uplift effects of a shallow water table.
For purposes of hydrostatic uplift design we recommend a groundwater level at the surface.
Excavation for the lift station base will need to incorporate dewatering to keep the excavation free of
excess water. In addition, the water table should be lowered to a depth of 2 feet below the excavation
bottom to prevent sands from becoming a “quick” condition.
Depending on the time of year and the general weather conditions, the excavation and placement of
the mat/slab foundation may be in a saturated soil condition. If the construction occurs in a wet
condition, issues of dewatering of excavations, strength/stability of side slopes, and disturbance of
bearing materials become important. Due to the great variability of moisture condition, the presence
of excess moisture in soils cannot be predicted.
Mat foundations proportioned for this value should experience a total settlement of ¾ inch or less,
and a differential settlement of ½ inch or less, after construction.
Report No. 103-23-486 CMJ ENGINEERING, INC.
9
4.2.2 Spread/Mat Foundation Construction
Spread foundation construction should be monitored by a representative of the geotechnical
engineer to observe, among other things, the following items:
• Identification of bearing material
• Adequate penetration of the foundation excavation into the bearing layer
• The base and sides of the excavation are clean of loose cuttings
• If seepage is encountered, whether it is of sufficient amount to require the use of
excavation dewatering methods
Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose,
excavated soil from falling into the excavation. Concrete should be placed as soon as practical after
completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for
a spread foundation should be filled with concrete before the end of the workday, or sooner if
required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the
bearing surface with water will result in changes in strength and compressibility characteristics. If
delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a
fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the
excavation, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the
foundation excavations should initially be over-excavated by approximately 4 inches and a lean
concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the
excavations immediately following exposure of the bearing surface by excavation. The mud slab will
protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of
excavations if required, and provide a working surface for placement of formwork and reinforcing
steel.
The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing
steel or the sides of the excavation in a manner that would cause segregation of the concrete.
4.3 Ancillary Structures – Slab-on-Grade Foundations
4.3.1 Expansive Soil Movements
The expansive soils encountered at the lift station site can shrink and swell as the soil moisture
content fluctuates during seasonal wet and dry cycles. Additionally, the site environment is impacted
Report No. 103-23-486 CMJ ENGINEERING, INC.
10
by grading and drainage, landscaping, groundwater conditions, paving and many other factors which
affect the structures during and after construction. Therefore, the amount of soil movement is difficult
to determine due to the many unpredictable variables involved. As seasonal moisture changes
occur, these soils will shrink or swell considerably.
Estimates of soil movements for the lift station site have been performed using data from the Texas
Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise
(PVR), swell testing, and engineering judgment and experience. Vertical soil movements on the
order of 2¾ inches have been estimated for the clay soils in a dry condition for structures placed
near existing ground at the lift station site. The greatest movements will occur where the greater
thicknesses of dryer, more highly plastic clays are present. The actual amount of movement will
depend greatly on the moisture content of the soils prior to construction. In other words, where a
ground-supported element is placed upon moist soils, the future expansive soil movement of these
soils will be limited since these soils exist in a pre-swelled state, and additional moisture will not
cause significant additional heaving of the soils. Conversely, when onsite soils are extremely dry,
moisture will cause significant swelling of these soils.
Upward differential movements due to heaving tend to cause the greatest undue cracking of slabs
and superstructures. Therefore, slabs placed on moist subgrade soils or subgrade soils which are
preconditioned to moist states will exhibit lower movements, more tolerable to slab-on-ground
foundations.
The estimated soil movements are based on the subsurface conditions revealed by the boring and
on seasonal moisture fluctuations. Soil movements, significantly larger than estimated, could occur
due to inadequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines.
4.3.2 Stiffened, Monolithic Slab-On-Grade
A stiffened, monolithically placed slab-on-grade foundation, either rebar or post-tensioned, used at
the lift station site must be designed with exterior and interior grade beams to provide sufficient
rigidity to tolerate the differential soil movements. These differential movements typically will occur
between the periphery and interior of the slab-on-grade system. Foundation movements are
anticipated to occur primarily due to post construction heave of the underlying soils but also can
occur due to shrinkage of the clays around the perimeter of the slab. It is recommended that all fill
Report No. 103-23-486 CMJ ENGINEERING, INC.
11
soils be properly placed and compacted in accordance with this report section and Section 9.0 prior
to foundation installation.
Reductions in anticipated movements can be achieved by using methods developed in this area to
reduce on-grade slab movements. A more commonly used method consists of moisture conditioning
the soils and placing a 1-foot select fill pad atop 4 feet of moisture conditioned soils. A horizontal
moisture barrier from the foundation out for a distance of 5 feet also will greatly restrict moisture
mitigation and differential moisture change below the slab. The use of these methods will not
eliminate the risk of unacceptable movements. Moisture conditioning is recommended to be
achieved by mechanically reworking the clays as discussed below. These recommendations should
be reviewed once grading plans have been finalized.
The moisture conditioning process should extend beyond the building lines to include pipe works,
entrances or any other areas sensitive to movement as previously discussed. Along any pipe works,
the full depth remove/replace or moisture conditioned pad should extend the full depth at least 5 feet
past the building line and transitioned upward and outward on a maximum slope of 1H:1V. This
transition may occur at a distance beyond the minimum 5-foot recommendation at the discretion of
the project civil engineer. Outside the buildings, a single lift of select fill (6 to 8 inches) is
recommended to minimize drying during construction.
Soil treatments presented in this section are referenced as an alternative to the use of a pier and
structurally suspended grade beam and floor slab. The owner must fully understand that if the floor
slab is placed on-grade, some movement and resultant cracking within the floor and interior wall
partitions may occur. This upward slab movement and cracking usually is difficult and costly to repair
and may require continued maintenance expense. A greater risk of unsatisfactory foundation
performance exists with a slab-on-grade design than for a drilled shaft design.
The foundation should be designed by a structural engineer familiar with stiffened slabs-on-grade
subject to differential movement. Design parameters are presented below for PVR and differential
swell using the Post-Tensioning Institute’s (PTI) slab-on-grade design method, 3rd Edition.
Report No. 103-23-486 CMJ ENGINEERING, INC.
12
With Moisture-
Conditioned Pad (1)
Design Potential Vertical Rise
Edge Moisture Variation -
1 inch (1)
Approximate Center Lift (Edge Drop): 7.8 feet (1)
Approximate Edge Lift: 4.1 feet (1)
Differential Swell -
Approximate Center Lift (Edge Drop): 0.7 inch (1)
Approximate Edge Lift: 1.1 inches (1)
(1) Valid only after 4 feet of moisture conditioning with the installation of a 1-foot select fill cap, per Section
4.3.3.
It should be recognized that a post tensioned or conventionally reinforced slab-on-grade foundation
system placed at this site will be subject to differential movements as indicated above. If slab
stiffness is not sufficient to resist the ground movements, these movements can cause cracking of
interior sheet rock walls and exterior brick walls. Poor drainage, water leaks, free water sources,
long-term percolation in recessed planter areas and/or trees can result in greater differential
movements. For example, should leaks develop in underground water or sewer lines or the grades
around the structures are changed and cause ponding of water, unacceptable slab movements could
develop.
Beams may be designed based on an allowable soil bearing pressure of 1,800 pounds per square
foot or less within the shallow soils. The beams should extend at least 12 inches into compacted
and tested fill. The beam depth is given in regard to bearing capacity and is not intended to be a
structural recommendation.
The key to the success of this foundation is proper design/construction, and providing control of the
below-slab water. Providing excellent drainage away from the structures, preventing ponding water
aside the slab, and using relatively impermeable backfill to prevent water intrusion via utility line
backfill enhance the slab performance.
4.3.3 Mechanical Reworking of Near-Surface Clays with 1’ Select Fill Cap
In general, the procedure is performed as follows:
1. Remove all existing pavements, surface vegetation, trees and associated root mats, organic
topsoil and any other deleterious material.
Report No. 103-23-486 CMJ ENGINEERING, INC.
13
2. Excavate to a minimum of 4.5 feet below finished grade. Scarify the exposed subgrade at the
base of the excavation to a depth of 8 inches, adjust the moisture, and compact at a minimum of
3 percentage points above optimum moisture to between 93 and 98 percent of Standard Proctor
density (ASTM D698). Over-compaction should not be allowed.
3. Fill pad to 1 foot below final grade using site excavated or similar clay soils with no rock fragments
greater than 4 inches in maximum dimension. Compact in maximum 9-inch loose lifts at a
minimum of 3 percentage points above optimum moisture to between 93 and 98 percent of
Standard Proctor density (ASTM D698). Field density tests should be taken as each lift of fill
material is placed. Each lift should be compacted, tested, and approved before another lift is
added. Over-compaction should not be allowed.
4. Complete pad fill using a minimum of 1 foot of sandy clay/clayey sand, non-expansive select fill
with a Liquid Limit less than 35 and a Plasticity Index (PI) between 5 and 16. The select fill
should be compacted in maximum 9-inch loose lifts at -2 to +3 percentage points of the soil’s
optimum moisture content at a minimum of 95 percent of Standard Proctor density (ASTM D698).
The select fill should be placed within 48 hours of completing the installation of the moisture
conditioned soils.
The earthwork operations should be observed and tested on a continuing basis by an experienced
geotechnician working in conjunction with the project geotechnical engineer.
A properly engineered and constructed moisture barrier should be provided beneath the slab-on-
grade.
5.0 BELOW GRADE AREAS
5.1 Lateral Earth Pressures
5.1.1 General
The below-grade walls must be designed for lateral pressures including, but not necessarily limited
to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be
influenced by whether the backfill is drained or undrained, and above or below the groundwater table.
5.1.2 Equivalent Fluid Pressures
Lateral earth pressures on the below-grade walls will depend on a variety of factors, including the
type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall.
Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall
height, are presented in Table 5.1.2-1 for a wall with a level backfill behind the top of the wall. The
equivalent fluid pressure for an undrained condition should be used if a drainage system is not
present to remove water trapped in the backfill and behind the wall.
Report No. 103-23-486 CMJ ENGINEERING, INC.
14
Pressures are provided for at-rest earth pressure conditions. In order to allow for an active condition
the top of the wall(s) must deflect on the order of 0.4 percent. The below-grade walls associated
with the lift station are anticipated to be rigid and subject to at-rest pressures.
TABLE 5.1.2-1 – Equivalent Fluid Pressures
Backfill Material
At-Rest Equivalent
Fluid Pressure (pcf)
Drained Undrained
Excavated on-site clay or clay
fill material 100 110
Select fill, flowable fill, flexible
base, or on-site soils meeting
material specifications
65 90
Free draining granular backfill
material or crushed stone 50 90
For the select fill or free draining granular backfill, these values assume that a “full” wedge of the
material is present behind the wall. The wedge is defined where the wall backfill limits extend
outward at least 2 feet from the base of the wall and then upward on a 1H:2V slope. For narrower
backfill widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils should
be used.
5.1.3 Additional Lateral Pressures
The location and magnitude of permanent surcharge loads (if present) should be determined, and
the additional pressure generated by these loads such as the weight of construction equipment and
vehicular loads that are used at the time the structures are being built must also be considered in
the design. The effect of this or any other surcharge loading may be accounted for by adding an
additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical
surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay
backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of
surcharge loads (if any) should be performed on a case-by-case basis. This is not included in the
scope of this study. These services can be provided as additional services upon request.
5.2 Wall Backfill Material Requirements
Excavated On-Site Clay: For wall backfill areas with site-excavated materials or similar imported
materials, all oversized fragments larger than four inches in maximum dimension should be removed
Report No. 103-23-486 CMJ ENGINEERING, INC.
15
from the backfill materials prior to placement. The backfill should be free of all organic and
deleterious materials and should be placed in maximum 8-inch compacted lifts at a minimum of 95
percent of Standard Proctor density (ASTM D698) within a moisture range of plus to minus 3
percentage points of optimum moisture. Compaction within five feet of the walls should be
accomplished using hand compaction equipment and should be between 90 and 95 percent of the
Standard Proctor density.
Select Fill: All wall select backfill should consist of clayey sand and/or sandy clay material with a
Plasticity Index of 16 or less, with a Liquid Limit not exceeding 35. The select fill should be placed
in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density
(ASTM D698) within a moisture range of plus to minus 3 percentage points of the optimum moisture.
Compaction within five feet of the walls should be accomplished using hand compaction equipment
and should be compacted between 90 and 95 percent of the Standard Proctor density.
Flowable Backfill: Item 401, Excavatable Mix, Texas Department of Transportation Standard
Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition.
Flexible Base Backfill: Crushed Stone Flexible Base – Item 247, Type A, Grade 1/2, Texas
Department of Transportation Standard Specifications for Construction of Maintenance of Highways,
Streets, and Bridges, 2014 Edition.
Free Draining Granular Wall Backfill: All free draining granular wall backfill material should be a
crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less
than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The
minus No. 40 sieve material should be non-plastic. Granular wall backfill should not be water jetted
during installation.
Crushed Stone Backfill: Meeting quality and gradation requirements of ASTM D448: No. 467, 57,
67, or similar gradation.
5.3 Below-Grade Drainage Requirements
In order to achieve the “drained” condition for lateral earth pressure for low-permeability walls
(concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be
installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain
Report No. 103-23-486 CMJ ENGINEERING, INC.
16
at the base of the wall, or to the sump/pump system. Drains should be properly filtered to minimize
the potential for erosion through these drains, and/or the plugging of drain lines. Design or specific
recommendations for drainage members is beyond the scope for this study. These services can be
provided as an additional service upon request.
5.4 Buoyancy Effects
Buoyant effects must be considered. Unless a permanent drainage system is provided, the below-
grade structures should be designed to withstand full hydrostatic pressure below the groundwater
table (undrained condition). We recommend a water table at the surface be assumed for these
calculations. For buoyancy calculations, the unit weight of submerged soils can be assumed as 65
pcf.
6.0 UTILITY EXCAVATIONS
6.1 Expected Subsurface Conditions
Conventional earth moving equipment is expected to be suitable for excavating the various clayey
and sandy soils and possible fills encountered in the borings. Possible fills consisting of silty clay
and limestone gravel are present at the surface in Borings B-1 and B-5 extending to depths of 3 to
10 feet below existing grades. Heavy-duty excavation equipment will be necessary within the sandy
shale in Boring B-8 below a depth of 33 feet and tan and gray limestones in Borings B-11.1 through
B-14 below depths of 1 to 13 feet and at the surface in Boring B-12. Select clay soil zones contain
fractured limestone seams and extremely hard and abrasive sandstone layers were encountered in
Borings B-6 and B-8 at a depth of 25 feet, which will likely require similar heavy-duty machines.
Where more granular clayey sands, sands, cemented sands, gravels, and possible fills are present,
caving may occur due to the low-plasticity nature of these materials and presence of groundwater
encountered in select borings. Notably, bore-hole caving was observed during drilling in Boring B-5
at depths of 2 to 3 feet.
The gray sandy shale is soft to moderately (rock basis), and the tan and gray limestones are hard to
extremely hard (rock basis) and will present difficulty with rippability using normal excavation
equipment. Special techniques for ripping/rock removal can be expected through the sandy shale
and tan and gray limestones, in addition to zones of soils containing sandstone seams and layers as
Report No. 103-23-486 CMJ ENGINEERING, INC.
17
previously discussed. In addition, overexcavation should be anticipated within the sandy shale and
tan and gray limestones. Overexcavation may result from large blocks or chunks breaking along
sand, clay, or weathered seams beyond the planned excavation.
6.2 Open Excavation Considerations
The trench excavations should be performed in accordance with OSHA Safety and Health Standards
(29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clayey
soils, it is expected that near vertical excavation walls will be possible. However, in the case that
excavations occur through soft clays, granular soils, non-compacted fill, submerged soils, or caving
soils (as observed in Boring B-5), it will be necessary to either slope the excavation sidewalls or
provide temporary bracing to control excavation wall instability. In addition, for excavations deeper
than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be provided,
regardless of the soil conditions encountered. The design of any trench or excavation safety plans
required is the contractor’s responsibility.
If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench
shoring (not trench boxes) should be used within open trench cuts performed within this distance.
Hydraulic shoring struts should be used and installed during excavation as needed to provide full
lateral support to vertical trench sidewalls and thereby help reduce lateral ground movements near
existing structures. A pre-construction condition survey should be performed prior to beginning
excavation near any structure that could be affected by the trench excavation to verify existing
conditions (existing distress) prior to construction. Construction monitoring should be performed to
verify that existing structures are not impacted or damaged by construction operations.
If sufficient clearance is not available, then a braced excavation will most likely be required. The
appropriate bracing system or shield should be selected by the contractor and should be configured
to withstand the expected lateral earth pressures, and hydrostatic pressures if groundwater is
present. Trench shoring should be used for excavation to support open cuts located where existing
utilities are within a zone extending from the base of the excavation upward at a 1H:1V slope.
Surcharge loads, such as those resulting from excavation spoils and/or equipment, should be placed
no closer than two feet from the crest of the slope, in accordance with OSHA regulations. All vehicle
traffic should be prohibited from at least five feet of the crest of the excavation. Excavations should
take into account any utilities to avoid undermining these features.
Report No. 103-23-486 CMJ ENGINEERING, INC.
18
The following guidelines are presented to aid in the development of the excavation plans:
1. Surface areas behind the crest of the excavations should be graded so that surface water
does not pond within 15 feet of the crest, nor drain into the excavation.
2. Heavy material stockpiles should not be placed near the crest of slopes. Similarly, heavy
construction equipment should not pass over or be parked within 10 feet of the crest.
3. The crest of slopes should be continually monitored for evidence of movement or potential
problems. Freestanding slopes will become less stable than influenced by groundwater
or saturation by rain.
6.3 Trench / Bore Pit Dewatering
Groundwater seepage was encountered in Borings B-1 through B-10 at depths of 10 to 37 feet during
drilling. As discussed in Section 3.3, Groundwater Observations, groundwater conditions can vary
with seasonal fluctuations in rainfall. Controlling the groundwater is essential to construction of the
wastewater line and lift station structure. Furthermore, the more granular, sandy soils can act like a
“quick” condition, in which soil strength reduces to a very small magnitude when vibratory
construction equipment traverses this soil, particularly if not properly dewatered. In additional to
proper dewatering, care must be taken to cause as minimal disturbance as possible on sandy soils
in the excavation. Failure to control any encountered groundwater could result in excavation
collapse, excavation bottom heave, an unstable bottom and detrimental pipeline or structure
settlement and deflections after backfilling. Groundwater levels should be maintained at two feet
below the base of the excavation for the full term of construction. Protection of the open excavations
should be provided during periods of moderate to heavy rainfall, as surface water will most likely
channel and collect in the excavations. The water level should be lowered prior to excavating and
should be maintained at this lowered level until the pipe trench/excavation is backfilled. In select
areas, seepage may be controlled by means of collection ditches, sumps, and pumping. However,
in the event that water infiltration rates are high, it may be necessary to install a more elaborate
dewatering system. The design of any dewatering system required is the contractor’s responsibility.
6.4 Soft/Loose Trench Bottom Conditions
Soft or loose trench bottom conditions are unlikely where the trench bottom is situated in stiff to hard
(soil basis) natural clay soils above the groundwater table, soft to moderately hard (rock basis) sandy
shale, or hard to extremely hard (rock basis) tan and gray limestones; however, such conditions can
exist in areas of possible fills or more granular materials as encountered in select borings. Control
Report No. 103-23-486 CMJ ENGINEERING, INC.
19
of groundwater as discussed above is the key to avoiding an unstable trench bottom in more granular
soils, as well as cohesive soils. Unstable trench bottoms are considered to be unsuitable for support
of the proposed pipelines. Soft clays or loose sands and gravels could occur where groundwater is
present. In any areas where unsuitable bearing materials are encountered at the planned invert
elevation, the trench bottom can be prepared using the following method:
• Under-cut to a suitable bearing subgrade and replace it with a structural compacted fill. The
over-excavation should extend laterally a distance of at least 1 foot beyond the edges of the
pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The
over-excavation backfill should be surrounded with a geotextile consisting of Mirafi 140N,
Amoco ProPex 4545, or equivalent. The backfill should consist of a free-draining aggregate
(i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical
engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly
compacted to a minimum relative density of 65 percent as determined by test methods ASTM
D4253 and D4254.
6.5 Pipe Installation Bedding
To assure adequate base support for the pipe, it is recommended that bedding/embedment material
be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If concern exists
of native backfill above the embedment migrating into the more coarse embedment (and causing
backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter
cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. The filter
cloth should be TenCate Geosynthetics Mirafi 140N or equivalent.
Bedding material may consist of gravel/stone from 1” to No. 10 sieve size. Gravel should be
consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not
cause harm or distress to the pipe. Controlled low-strength material (CLSM) may also be utilized as
pipeline embedment as desired. The CLSM should meet the requirements of Item 401, Texas
Department of Transportation Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges, 2014 Edition, and consist of an “Excavatable” mix per Table 2 of
the same specification, with a maximum 28-day compressive strength ranging between 80 and 200
psi.
6.6 Trench Backfill
Site excavated materials are generally considered suitable for use as backfill above the pipe bedding
materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater
Report No. 103-23-486 CMJ ENGINEERING, INC.
20
than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density
without voids would be difficult. Backfill should be compacted in maximum 9-inch loose lifts at a
minimum of 95 percent of the Standard Proctor density (ASTM D698). The uncompacted lift
thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power
compactors or small self-propelled compactors.
Care should be taken not to use loose granular material, to prevent the backfilled trench from
becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or
pavements. If a higher class bedding material or backfill material is desired, a lean concrete or
flowable (CLSM) concrete will limit water intrusion into the trench and will not require compaction
after placement.
Clay soils having a PI greater than 20 should be compacted at a moisture content ranging from 0 to
+4 percentage points above the optimum moisture content. Granular soils having a PI less than 20
should be compacted at a moisture content ranging from -3 to +3 percentage points of the optimum
moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where
settlement of the backfill must be closely controlled, the trench excavation should be backfilled with
either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging
between 80 and 200 psi.
6.7 Trench Backfill Settlement
Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on-
site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet
of fill would be expected to settle on the order of 1.2 to 2.4 inches.
The trench backfill could be over-built in order to reduce the potential for a surface depression along
the trench centerline. We recommend the backfill be crowned. The centerline of the excavation
should be over-built by one foot and sloped down to match grade at the edge of the excavation, as
possible where site conditions allow.
6.8 Provisions to Reduce Backfill Settlement
Field testing will be a critical element in controlling the compaction of the backfill to limit settlement.
All trench backfilling in these critical areas shall include full-time observation of soil compaction by
Report No. 103-23-486 CMJ ENGINEERING, INC.
21
an experienced geotechnician under the supervision of the geotechnical engineer. The contractor
should provide protection for the testing/inspection personnel while working in the trenches, and shall
move the protective shield/shoring such that areas to be tested are readily accessible. The
compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear
feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill
to access and test underlying lifts should not be allowed.
In addition, to limit settlement potential where open graded crushed stone materials are used as pipe
bedding materials, they should be topped with a suitable geotextile to limit the intrusion of fines into
the crushed stone material, as previously discussed.
6.9 Bore/Tunnel Considerations
The results of the exploration borings indicate the presence of possible fills, granular materials, zones
of extremely hard sandstone seams and limestone strata, and groundwater seepage as discussed
in Section 3.0. These conditions will complicate directional borings operations. The more granular
strata can serve as conduits to direct water towards the bore excavation. Water seepage can
decrease the stability of the bore/tunnel excavation and result in ground subsidence. Any zones of
sands or gravel may experience cave-in due to the non-plastic nature of these materials (as observed
in Boring B-5). Proper de-watering, as discussed above, is imperative for excavation stability.
Otherwise, the stiff to hard clayey materials and underlying gray sandy shales are generally marginal
to good materials for boring and tunneling. Boring with hardened rock teeth or coring equipment
may be necessary in the very hard to extremely hard limestones and sandstones. Sandstone seams,
layers, and boulders can occur at random in the Paluxy Formation. These sandstones tend to occur
in more isolated zones but do pose a threat of difficulty in excavation and drilling. Pipe installment
via jacking would be very difficult in the gray sandy shale, tan and gray limestones, or zones
containing sandstone seams and layers.
It is recommended that the bore/tunnel contractor be made aware of these conditions. A contractor
experienced in tunneling in the DFW area should understand the ramifications of the above
discussion.
Report No. 103-23-486 CMJ ENGINEERING, INC.
22
7.0 ADDITIONAL DESIGN CONSIDERATIONS
The following information has been assimilated after examination of numerous projects constructed
in active soils throughout the area. It is presented here for your convenience. If these features are
incorporated in the overall design of the project, the performance of the structures should be
improved.
• It is recommended that any step-down, below grade walls, etc. be provided with suitable
dewatering devices to reduce accumulated water.
• Special consideration should be given to completion items outside the building area, such as
stairs, sidewalks, signs, etc. They should be adequately designed to sustain the potential
vertical movements mentioned in the report.
• Roof drainage should be collected by a system of gutters and downspouts and transmitted
away from the structures where the water can drain away without entering the building
subgrade.
• Sidewalks should not be structurally connected to the building pad. They should be sloped
away from the building so that water will drain away from the structures.
• Every attempt should be made to limit the extreme wetting or drying of the subsurface soils
since swelling and shrinkage will result. Standard construction practices of providing good
surface water drainage should be used. A positive slope of the ground away from the
foundation should be provided to carry off the run-off water both during and after construction.
• Backfill for utility lines or along the perimeter beams should consist of on-site material so that
they will be stable. If the backfill is too dense or too dry, swelling may form a mound along
the ditch line. If the backfill is too loose or too wet, settlement may form a sink along the ditch
line. Either case is undesirable since several inches of movement is possible and floor cracks
are likely to result. The soils should be processed using the previously discussed compaction
criteria.
• It is recommended that perimeter vegetation be placed 5+ feet away from the building. Any
excavations for vegetation also should have their base sloped down and away from the
building.
• Irrigation systems should not be placed adjacent to the building or a perimeter sidewalk. Main
piping should be outside these areas and should spray toward vegetation toward the building.
• The floor slab placed at or below existing grades should be provided with a moisture barrier
in order to prevent wet spots.
Report No. 103-23-486 CMJ ENGINEERING, INC.
23
8.0 SEISMIC CONSIDERATIONS
Based on the conditions encountered in the borings for the above referenced project the IBC-2021
site classification is TYPE C for seismic evaluation at the lift station site.
9.0 EARTHWORK
9.1 Site Preparation & Material Requirements
The area should be stripped of vegetation, roots, old construction debris, and other organic material.
It is estimated that the depth of stripping will be on the order of 6 to 8 inches. The actual stripping
depth should be based on field observations with particular attention given to old drainage areas,
uneven topography, and excessively wet soils. The stripped areas should be observed to determine
if additional excavation is required to remove weak or otherwise objectionable materials that would
adversely affect the fill placement or other construction activities.
The subgrade should be firm and able to support the construction equipment without displacement.
Soft or yielding subgrade should be corrected and made stable before construction proceeds. The
subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide
a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic
tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be
observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the
subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and
recompacted to the moisture and density recommended for fill.
Fill materials should be uniform with respect to material type and moisture content. Clods and chunks
of material should be broken down and the fill material mixed by disking, blading, or plowing, as
necessary, so that a material of uniform moisture and density is obtained for each lift. Water required
for sprinkling to bring the fill material to the proper moisture content should be applied evenly through
each layer.
The on-site soils are suitable for use in site grading. Imported fill material should be clean soil with
a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. Excavated
sandy shale or tan and gray limestones may be used for fill provided the material is crushed such
that 50 percent passes the No. 4 sieve and no particles are larger than 4 inches in maximum
Report No. 103-23-486 CMJ ENGINEERING, INC.
24
dimension. As the in-situ tan and gray limestones are hard to extremely hard, significant processing
effort should be anticipated in order to utilize these materials as fill. All fill materials should be free of
vegetation and debris.
9.2 Placement and Compaction
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The
uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-
operated power compactors or small self-propelled compactors. The fill material should be uniform
with respect to material type and moisture content. Clods and chunks of material should be broken
down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of
uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill
material to the proper moisture content should be applied evenly through each layer.
General fill material should be compacted to a density ranging from 95 to 100 percent of maximum
dry density as determined by ASTM D698, Standard Proctor. Crushed stone should be compacted
via three passes of a vibratory roller over a 6-inch lift. In conjunction with the compacting operation,
the fill material should be brought to the proper moisture content. The moisture content for general
earth fill should range from 2 percentage points below optimum to 5 percentage points above
optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended
ranges. For some soils and under some conditions, the contractor may have to maintain a narrower
range of moisture content (within the recommended range) in order to consistently achieve the
recommended density.
Field density tests should be taken as each lift of fill material is placed. As a guide, one field density
test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical
areas, the frequency of testing may need to be increased to one test per 2,500 square feet. A
minimum of 2 tests per lift should be required. The earthwork operations should be observed and
tested on a continuing basis by an experienced geotechnician working in conjunction with the project
geotechnical engineer.
Each lift should be compacted, tested, and approved before another lift is added. The purpose of
the field density tests is to provide some indication that uniform and adequate compaction is being
obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor
Report No. 103-23-486 CMJ ENGINEERING, INC.
25
and satisfactory results from the tests should not be considered as a guarantee of the quality of the
contractor's filling operations.
9.3 General Excavation
The side slopes of excavations through the overburden soils should be made in such a manner to
provide for their stability during construction. Existing structures, pipelines, or other facilities, which
are constructed prior to or during the currently proposed construction and which require excavation,
should be protected from loss of end bearing or lateral support.
Temporary construction slopes and/or permanent embankment slopes should be protected from
surface runoff water. Site grading should be designed to allow drainage at planned areas where
erosion protection is provided, instead of allowing surface water to flow down unprotected slopes.
Trench safety recommendations are beyond the scope of this report. The contractor must comply
with all applicable safety regulations concerning trench safety and excavations including, but not
limited to, OSHA regulations.
9.4 Acceptance of Imported Fill
Any soil imported from off-site sources should be tested for compliance with the recommendations
for the application and approved by the project geotechnical engineer prior to the materials being
used. The owner should also require the contractor to obtain a written, notarized certification from
the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's
knowledge and belief there has never been contamination of the borrow source site with hazardous
or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish
soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks
should not be used as fill on this project.
9.5 Soil Corrosion Potential
Specific testing for soil corrosion potential was not included in the scope of this study. However,
based upon past experience on other projects in the vicinity, the soils at this site may be corrosive.
Standard construction practices for protecting metal pipe and similar facilities in contact with these
soils should be used.
Report No. 103-23-486 CMJ ENGINEERING, INC.
26
9.6 Erosion and Sediment Control
All disturbed areas should be protected from erosion and sedimentation during construction, and all
permanent slopes and other areas subject to erosion or sedimentation should be provided with
permanent erosion and sediment control facilities. All applicable ordinances and codes regarding
erosion and sediment control should be followed.
10.0 CONSTRUCTION OBSERVATIONS
In any geotechnical investigation, the design recommendations are based on a limited amount of
information about the subsurface conditions. In the analysis, the geotechnical engineer must
assume the subsurface conditions are similar to the conditions encountered in the borings. However,
quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is
recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation
installation and perform materials evaluation during the construction phase of the project. This
enables the geotechnical engineer to stay abreast of the project and to be readily available to
evaluate unanticipated conditions, to conduct additional tests if required and when necessary, to
recommend alternative solutions to unanticipated conditions. Until these construction phase
services are performed by the project geotechnical engineer, the recommendations contained in this
report on such items as final foundation bearing elevations, proper soil moisture condition, and other
such subsurface related recommendations should be considered as preliminary.
It is proposed that construction phase observation and materials testing commence by the project
geotechnical engineer at the outset of the project. Experience has shown that the most suitable
method for procuring these services is for the owner or the owner's design engineers to contract
directly with the project geotechnical engineer. This results in a clear, direct line of communication
between the owner and the owner's design engineers and the geotechnical engineer.
11.0 REPORT CLOSURE
The boring logs shown in this report contain information related to the types of soil encountered at
specific locations and times and show lines delineating the interface between these materials. The
logs also contain our field representative's interpretation of conditions that are believed to exist in
those depth intervals between the actual samples taken. Therefore, these boring logs contain both
factual and interpretive information. Laboratory soil classification tests were also performed on
Report No. 103-23-486 CMJ ENGINEERING, INC.
27
samples from selected depths in the borings. The results of these tests, along with visual-manual
procedures were used to generally classify each stratum. Therefore, it should be understood that
the classification data on the logs of borings represent visual estimates of classifications for those
portions of each stratum on which the full range of laboratory soil classification tests were not
performed. It is not implied that these logs are representative of subsurface conditions at other
locations and times.
With regard to groundwater conditions, this report presents data on groundwater levels as they were
observed during the course of the field work. In particular, water level readings have been made in
the borings at the times and under conditions stated in the text of the report and on the boring logs.
It should be noted that fluctuations in the level of the groundwater table can occur with passage of
time due to variations in rainfall, temperature, and other factors. Also, this report does not include
quantitative information on rates of flow of groundwater into excavations, on pumping capacities
necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil
conditions at a construction site are commonly encountered and cannot be fully predicted by mere
soil samples, test borings or test pits. Such unexpected conditions frequently require that additional
expenditures be made by the owner to attain a properly designed and constructed project.
Therefore, provision for some contingency fund is recommended to accommodate such potential
extra cost.
The analyses, conclusions and recommendations contained in this report are based on site
conditions as they existed at the time of our field investigation and further on the assumption that the
exploratory borings are representative of the subsurface conditions throughout the site; that is, the
subsurface conditions everywhere are not significantly different from those disclosed by the borings
at the time they were completed. If, during construction, different subsurface conditions from those
encountered in our borings are observed, or appear to be present in excavations, we must be
advised promptly so that we can review these conditions and reconsider our recommendations
where necessary. If there is a substantial lapse of time between submission of this report and the
start of the work at the site, if conditions have changed due either to natural causes or to construction
operations at or adjacent to the site, or if structure locations, structural loads or finish grades are
changed, we urge that we be promptly informed and retained to review our report to determine the
applicability of the conclusions and recommendations, considering the changed conditions and/or
time lapse.
Report No. 103-23-486 CMJ ENGINEERING, INC.
28
Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and
specifications for this particular project that pertain to earthwork and foundations as a means to
determine whether the plans and specifications are consistent with the recommendations contained
in this report. In addition, we are available to observe construction, particularly the compaction of
structural fill, or backfill and the construction of foundations as recommended in the report, and such
other field observations as might be necessary.
The scope of our services did not include any environmental assessment or investigation for the
presence or absence of wetlands or hazardous or toxic materials in the soil, surface water,
groundwater or air, on or below or around the site.
This report has been prepared for use in developing an overall design concept. Paragraphs,
statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized
without a knowledge and awareness of their intent within the overall concept of this report. The
reproduction of this report, or any part thereof, supplied to persons other than the owner, should
indicate that this study was made for design purposes only and that verification of the subsurface
conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities
of the contractor.
This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific
application to design of this project. The only warranty made by us in connection with the services
provided is that we have used that degree of care and skill ordinarily exercised under similar
conditions by reputable members of our profession practicing in the same or similar locality. No
other warranty, expressed or implied, is made or intended.
* * * *
LEGEND:
Boring Location
SOURCE: GOOGLE EARTH, 2024; IMAGERY DATE: 2/26/2023
PLAN OF BORINGS
A.1
Plate
CMJ Project No. 103-23-486
Silver Creek Lift Station, Force
Main, and Gravity Main
Fort Worth, Texas
0 400 800 FEET
APPROXIMATE SCALE
B-14
B-1
B-2
B-3
B-13
B-11.1 B-12.1
B-5
B-6
B-10
B-7
B-8
B-9
B-4
B-11
B-12
VERNA TRAIL N SILVER CREEK ROADWESTERN OAKS ROAD
LAKE HAVEN CIRCLE
Fine-grained soils (More than half of material is smaller than No. 200 sieve)Sands (More than half of coarse fraction is smaller than No. 4 sieve size)Gravels (More than half of coarse fraction is larger than No. 4 sieve size)Sands with fines (Appreciable amount of fines)Clean sands (Little or no fines)Gravels with fines (Appreciable amount of fines)Clean gravels (Little or no fines)Pt
OH
CH
MH
OL
CL
ML
SC
SM
SP
SW
GC
GM
GP
GW
Grp.
Sym.
Peat and other highly organic
soils
Organic clays of medium to
high plasticity, organic silts
Inorganic clays of high
plasticity, fat clays
Inorganic silts, micaceous or
diatomaceous fine sandy or
silty soils, elastic silts
Organic silts and organic silty
clays of low plasticity
Inorganic clays of low to
medium plasticity, gravelly
clays, sandy clays, silty
clays, and lean clays
Inorganic silts and very fine
sands, rock flour, silty or
clayey fine sands, or clayey
silts with slight plasticity
Clayey sands, sand-clay
mixtures
Silty sands, sand-silt
mixtures
Poorly graded sands;
gravelly sands, little or no
fines
Well-graded sands, gravelly
sands, little or no fines
Clayey gravels, gravel-sand-
clay mixtures
Silty gravels, gravel-sand-silt
mixtures
Poorly graded gravels, gravel-
sand mixtures, little or no
fines
Well-graded gravels, gravel-
sand mixtures, little or no
fines
Typical Names
Determine percentages of sand and gravel from grain size curve. Less than 5 percent.....................................................GW, GP, SW, SP More than 12 percent....................................................GM, GC, SM, SC 5 to 12 percent...........................Borderline cases requiring dual symbolsLiquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and Plastic limits
below "A" line or P.I. less
than 4
Not meeting all gradation
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and Plastic limits
below "A" line or P.I.
greater than 4
Not meeting all gradation
PLATE A.2
requirements for SW
requirements for GW
UNIFIED SOIL CLASSIFICATION SYSTEMCoarse-grained soils (more than half of the material is larger than No. 200 sieve size)Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse-grained soils are classified as follows:Laboratory Classification Criteria
Highly Organic soilsSilts and clays (Liquid limit greater than 50)Silts and clays (Liquid limit less than 50)Liquid and plastic limits
plotting between 4 and 7
are borderline cases
requiring use of dual
symbols
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
Major Divisions
0 10 20 30 40 50 60 70 80 90 1000
10
20
30
40
50
60
CL-ML4
7
CL
CH
OH and MH
ML and OL
Liquid Limit
Plasticity ChartPlasticity IndexCu= -----
D60
D10
greater than 6:CC= --------------
(D30)2
D10 x D60
between 1 and 3
Cu= -----
D60
D10
greater than 4:CC= --------------
(D30)2
D10 x D60
between 1 and 3
SOIL OR ROCK TYPES
GRAVEL LEAN CLAY LIMESTONE
SAND SANDY SHALE
SILT SILTY SANDSTONE
HIGHLY
PLASTIC CLAY CLAYEY CONGLOMERATE
Shelby
Tube Auger Split
Spoon
Rock
Core
Cone
Pen
No
Recovery
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50% Passing No. 200 Sieve)
Descriptive Item Penetrometer Reading, (tsf)
Soft 0.0 to 1.0
Firm 1.0 to 1.5
Stiff 1.5 to 3.0
Very Stiff 3.0 to 4.5
Hard 4.5+
Coarse Grained Soils (More than 50% Retained on No. 200 Sieve)
Penetration Resistance Descriptive Item Relative Density
(blows/foot)
0 to 4 Very Loose 0 to 20%
4 to 10 Loose 20 to 40%
10 to 30 Medium Dense 40 to 70%
30 to 50 Dense 70 to 90%
Over 50 Very Dense 90 to 100%
Soil Structure
Calcareous Contains appreciable deposits of calcium carbonate; generally nodular
Slickensided Having inclined planes of weakness that are slick and glossy in appearance
Laminated Composed of thin layers of varying color or texture
Fissured Containing cracks, sometimes filled with fine sand or silt
Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils
Soft Can be scratched with fingernail
Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail
Hard Difficult to scratch with knife
Very Hard Cannot be scratched with knife
Poorly Cemented or Friable Easily crumbled
Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite,
and iron oxide are common cementing materials.
Degree of Weathering
Unweathered Rock in its natural state before being exposed to atmospheric agents
Slightly Weathered Noted predominantly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3
50
42
51
35
27
33
2
13
15
14
14
12
10
21
22
21
119
109
16810
6170
4.5+
4.5+
4.5+
4.5+
4.5+
4.5+
2.75
2.5
1.75
84
93
15
15
18
627.0
620.0
610.0
601.0
595.0
LIMESTONE GRAVEL, tan, w/ clay pockets, iron
stains, and ironstone nodules (possible fill)
CLAY / SANDY SILTY CLAY, brown, w/ ironstone
nodules, calcareous nodules, and calcareous
deposits, hard
- w/ gray below 7'
SANDY SILTY CLAY, light brown and gray, w/
ironstone nodules, calcareous nodules, and
calcareous deposits, hard
CLAY / SILTY CLAY, brown and gray, w/ ironstone
nodules, calcareous nodules, and calcareous
deposits, stiff
SILTY SANDY CLAY, dark brown and gray, w/ iron
seams and ironstone nodules, stiff REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-1
B-53, w/ CFA630.0
7-9-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.4
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Seepage at 25' during drilling; water at 26' at completionSee Plate A.1
35.0'
B-1
5
10
15
20
25
30
35
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
42 28
11
14
15
10
117 6990
4.5+
4.5+
4.5+
4.5+
50/5"
50/3.75"
50/4"
14
612.0
600.0
SANDY SILTY CLAY, light reddish brown, w/ iron
seams, ironstone nodules, calcareous nodules, and
gravel, hard
- grades light brown, w/ calcareous seams below 4'
- w/ limestone fragments below 6'
CEMENTED SAND, tan, light reddish brown, and
gray, very dense REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-2
B-53, w/ CFA620.0
7-18-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.5
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Seepage at 10' during drilling; water at 8' at completionSee Plate A.1
20.0'
B-2
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
48
36
31
23
11
14
15
16
13
18
16
116
114
13960
9320
4.5+
4.5+
4.5+
4.5+
4.5+
4.5+
2.0
27
63
17
13
617.0
610.0
604.0
600.0
SILTY CLAY, dark brown, w/ iron seams, ironstone
nodules, and calcareous nodules, hard
- grades brown below 6'
SANDY SILTY CLAY, brown, w/ iron seams,
ironstone nodules, and calcareous nodules, hard
- grades light brown, w/ calcareous seams below 13'
SILTY SANDY CLAY, light brown, w/ calcareous
seams, ironstone nodules, calcareous nodules, and
gravel, stiff
SAND, tan and gray, w/ sandy clay seams and
layers, medium dense REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-3
B-53, w/ CFA625.0
7-18-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.6
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Seepage at 17' during drilling; water at 12' at completionSee Plate A.1
25.0'
B-3
5
10
15
20
25
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
24 12 2
50/4.25"
50/4.5"
50/4"
50/3.75"
50/4"
50/4"
50/5"
11 12634.0
600.0
CLAYEY SAND, light brown, w/ calcareous nodules
and gravel
CEMENTED SAND, tan, very dense
- w/ gray layers below 27'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-4
B-53, w/ CFA635.0
7-18-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.7
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Seepage at 30' during drilling; water at 30' at completionSee Plate A.1
35.0'
B-4
5
10
15
20
25
30
35
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
35 22 64.5+
50/4"
50/5.25"
50/4"
50/3.75"
50/4.125"
50/4"
50/4.75"
13639.0
630.0
595.0
SILTY CLAY, brown and gray, w/ limestone
fragments, calcareous nodules, and calcareous
deposits, hard (possible fill)
LIMESTONE GRAVEL, brown, w/ clay seams
(possible fill)
- cave-in at 2' during drilling
- cave-in at 3' during drilling
CEMENTED SAND, tan, very dense REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-5
CME-55, w/ CFA640.0
7-18-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.8
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Seepage at 37' with borehole cave-in at 2' and 3' during drilling; water at
27' at completion
See Plate A.1
45.0'
B-5
5
10
15
20
25
30
35
40
45
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
61
38
45
25
9
15
15
15
13
12
117
122
9230
9330
4.5+
4.5+
4.0
4.5+
4.5+
4.5+
50/5"
50/3.5"
61
16
13
610.0
602.0
595.0
CLAY, dark brown and brown, w/ iron seams,
ironstone nodules, and calcareous nodules, very
stiff to hard
- w/ calcareous seams below 8'
SILTY SANDY CLAY, brown and light brown, w/
calcareous seams, ironstone nodules, and
calcareous nodules, hard
- w/ gray below 15'
CEMENTED SAND, tan, very dense
- extremely hard sandstone layer at 25'
- refusal at 25' due to extremely hard sandstone layer REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-6
CME-55, w/ CFA620.0
7-18-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.9
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Seepage at 18' during drilling; water at 17' at completionSee Plate A.1
25.0'
B-6
5
10
15
20
25
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
70
57
54
40
13
16
16
17
18
18
18
20
25
21
109
101
9390
3200
4.5+
4.5+
4.5+
4.5+
4.5+
4.5+
4.5+
3.75
1.75
2.75
94
16
17
592.0
580.0
CLAY, dark brown, w/ iron seams and ironstone
nodules, hard
- w/ calcareous nodules above 3'
CLAY, brown, w/ iron seams and ironstone nodules,
stiff to very stiff
- w/ calcareous nodules above 15'
- grades dark brown below 19'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-7
CME-55, w/ CFA605.0
7-9-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.10
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Seepage at 16' during drilling; water at 14' at completionSee Plate A.1
25.0'
B-7
5
10
15
20
25
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
53 35
11
11
13
17
16
14
111
109
10440
4.5+
4.5+
4.5+
4.5+
4.5+
4.5+
50/5"
50/5"
50/4.5"
50/1.5"
50/4"
100/7.5"
100/6.25"
100/4"
100/4"
18
602.0
577.0
560.0
CLAY / SILTY CLAY, dark brown, w/ iron seams,
ironstone nodules, and calcareous nodules, hard
- grades reddish brown below 3'
- grades light brown below 7'
CEMENTED SAND, tan, very dense
- w/ gravel above 13'
- 6" thick extremely hard sandstone layer at 25'
SANDY SHALE, gray, w/ sand seams and layers,
soft to moderately hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-8
CME-55, w/ CFA610.0
7-9-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.11
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Seepage at 17' during drilling; water at 14' at completionSee Plate A.1
50.0'
B-8
5
10
15
20
25
30
35
40
45
50
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
39
26
26
14
8
11
18
14
13
10
16
17
17
19
115
114
6490
6450
4.5+
4.5+
4.5+
4.5+
4.5+
4.5+
3.75
3.75
1.5
1.0
22
13
12
608.0
592.0
585.0
SILTY CLAY, dark brown, w/ fractured limestone
seams, iron seams, ironstone nodules, and
calcareous nodules, hard
SILTY CLAY, dark brown, w/ iron seams, ironstone
nodules, and calcareous nodules, very stiff to hard
- grades brown below 3'
- grades light brown, w/ occasional calcareous seams
below 7'
CLAYEY SAND, light reddish brown, w/ iron seams
and ironstone nodules REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-9
CME-55, w/ CFA610.0
7-9-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.12
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Seepage at 17' during drilling; water at 18' at completionSee Plate A.1
25.0'
B-9
5
10
15
20
25
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
38 25
6
13
19
24
21
17
100 3300
4.5+
4.5+
2.5
2.25
3.5
2.75
49
50/5"
50/3.5"
42
13647.0
637.0
633.0
630.0
SILTY CLAY, dark brown, w/ iron seams, ironstone
nodules, and occasional calcareous nodules, hard
- stiff to very stiff below 2'
- brown, light reddish brown, and gray, w/ calcareous
deposits below 7'
SAND, tan and gray, lightly cemented, dense to
very dense
- w/ iron seams below 17'
CEMENTED SAND, tan, very dense
SAND, tan, dense
- w/ sandy shale seams below 24'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-10
CME-55, w/ CFA655.0
7-10-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.13
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Seepage at 16' during drilling; water at 13' at completionSee Plate A.1
25.0'
B-10
5
10
15
20
25
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
74
38
53
24
16
20
22
24
29
19
14
12
98
113
7660
7540
4.5+
4.5+
4.5+
4.5+
2.5
4.5+
4.5+
4.5+
21
14
683.0
675.0
CLAY, dark brown, w/ iron seams, ironstone
nodules, and calcareous nodules, hard
- stiff below 4'
SILTY CLAY, light brown, w/ iron seams,
calcareous seams, ironstone nodules, and
calcareous nodules, hard
- grades light reddish brown below 9'
- w/ fractured limestone seams below 11'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-11
CME-55, w/ CFA690.0
7-10-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.14
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Dry during drilling; dry at completionSee Plate A.1
15.0'
B-11
5
10
15
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
64 40 19
19
18
104 11490
4.5+
4.5+
4.5+
100/0.5"
100/0.375"
100/0.5"
100/0.25"
24
692.0
688.0
675.0
CLAY, dark brown, w/ iron seams and ironstone
nodules, hard
- w/ calcareous deposits and calcareous nodules
below 2'
LIMESTONE, tan, very hard
LIMESTONE, gray, very hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-11.1
B-53, w/ CFA695.0
7-9-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.15
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-11.1
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
5
100/0.25"
100/0"
100/0.5"
100/0.25"
100/0.625"
689.0
679.0
665.0
LIMESTONE, tan, fractured, w/ clay seams
LIMESTONE, tan, w/ clay seams and layers, very
hard to extremely hard
- w/ gray limestone seams and layers below 9'
LIMESTONE, gray, very hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-12
CME-55, w/ CFA690.0
7-10-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.16
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Dry during drilling; dry at completionSee Plate A.1
25.0'
B-12
5
10
15
20
25
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
22
20
10
99 12890
4.5+
4.5+
4.5+
100/1.75"
100/0.75"
100/0.75"
100/0.625"
693.0
692.0
688.0
675.0
SILTY CLAY, dark brown, w/ iron seams, ironstone
nodules, and calcareous nodules, hard
SILTY CLAY, light brown, w/ fractured limestone
seams, calcareous seams, and calcareous
nodules, hard
LIMESTONE, tan, fractured, w/ clay seams and
layers, hard
LIMESTONE, gray, very hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-12.1
CME-55, w/ CFA695.0
7-10-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.17
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-12.1
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
57 33 104.5+
100/0.125"
100/0.25"
100/0.375"
24689.0
683.0
675.0
CLAY, dark brown, w/ iron seams and ironstone
nodules, hard
LIMESTONE, tan, very hard
LIMESTONE, gray, very hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-13
B-53, w/ CFA690.0
7-9-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.18
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Dry during drilling; dry at completionSee Plate A.1
15.0'
B-13
5
10
15
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
42
83
28
61
16
15
17
14
11
27
112
120
99
4190
3450
4.5+
4.5+
4.5+
4.5+
4.5+
2.5
100/0.375"
100/0.5"
47 14
22
702.0
697.0
692.0
688.0
685.0
SILTY CLAY, dark brown, w/ iron seams, ironstone
nodules, and calcareous nodules, hard
SILTY SANDY CLAY, light brown, w/ fractured
limestone seams, calcareous deposits, ironstone
nodules, and calcareous nodules, hard
SHALY CLAY, light reddish brown and gray, w/ iron
seams and ironstone nodules, blocky, stiff
LIMESTONE, tan, very hard
LIMESTONE, gray, very hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-486
Water Observations
Type
SamplesLOG OF BORING NO.
B-14
B-53, w/ CFA705.0
7-9-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.19
Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road - Fort Worth, Texas
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-14
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-486.GPJ CMJ.GDT 8/19/24
. _�� _. .._,-
� .� � ���� •:� � �° � ���-"�_
100
90
80
�o
W 60
z
�
z 50
w
U
�
W 40
�
30
Zo
�o
tD M N \ r \ \ � � N M � (D � � N
� � � � � � �
� � � � � � � � � � � �
� � � � � � � � � � � � �
� � � � � � � ( � ( � � � �
� � � � � � � ( � � � � � �
I I I I I I I I I I I I I I
I I I I I I I I I I i I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
� � � � � � � � � � � � � �
� � � � � ( � � ( � � � � �
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I i I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
% +3„ % Gravel % Sand
Coarse Fine oars Medium Fine
0.0 0.0 0.0 0.1 0.5 6.9
LL PL
51 18
0.0564 I 0.0191 I 0.0083
MATERIAL DESCRIPTION
Project No. 103-23-486 Client: Kimley-Horn & Associates
Project: Silver Creelc LS, FM & GM - Silver Creek Rd. - FW, TX
o Depth: 24-25 Sample Number: B-1
CIV1J ENGINEERING, INC.
Fort Vllorth. Texas
�30
% Fines
Silt Clay
48.5 44.0
D�n C,. C
TEST DATE USCS
CH
Remarks:
PLATE A.20
NM
,00
90
80
70
� 60
W
Z
LL
z 50
W
U
�
W 40
�
30
20
10
0
o�o +3��
0.0
LL
36
% Gravel
Coarse Fine
0.0 3.3
VIl/"�IIV JILL' II1111.
% Sand
�arse Medium Fine
4.0 12.3 17.4
PL D85 D60 �50 �30
13 0.6771 0.0648 0.0439 0.0071
MATERIAL DESCRIPTION
Project No. 103-23-486 Client: Kimley-Horn & Associates
Project: Silver Creek LS, FM & GM - Silver Creek Rd. - FW, TX
o Depth: 18-20 Sample Number: B-3
Silt
36.6
% Fines
Clay
26.4
TEST DATEI USCS I NM
CL
Remarks:
CNIJ ENCINEERIMG, INC.
�ort 1Nor�h, iexas PLATE A.21
i I i i ri i
" ,, . � . ���� � , �� �� � ; � ' � �� ' • �� . ;.
100
90
80
70
W 60
z
�
z 50
w
U
�
W 40
�
30
20
10
� �� o 0 0 0�} 0 0� o
(D M N \ � n \ � ik � ik �k �k ik xk qk
� � � � � � � � � �
� ( � � � � � � � � � � �
� � ( � � � � � � � � � � �
� � � � � ( � ( � � � � � �
� � � � � � � � � ( � � � �
� � � � � � � � � � � � � �
� � � � � � � � � � ( � � �
� � ( � � � � � � � � � � �
I I I I I I I I I I I I I I
I i I I I I I I I i i I i I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
� � � � � � � � � � � � � �
� � � � � � � � � � � � � �
I I I i I I I I i I I I I i
I I I I I I I I I I I I I I
I I I I I I I I i I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I i I I i I I I I I i I I
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
% +3" % Gravel % Sand
Coarse Fine oars Medium Fine
0.0 0.0 0.0 0.8 1.2 4.3
LL PL D85 Dgp v50
57 17 0.0362 0.0059 0.0036
MATERIAL DESCRIPTION
Project No. 103-23-486 Client: Kimley-Horn & Associates
Pt'oject: Silver Creelc LS, FM & GM - Silver Creek Rd. - FW, TX
o Depth: 14-15 Sample Number: B-7
Cfi�J EfVGINEERING, INC.
Fort Worth, iexas
�30
m
% Fines
Silt Clay
37.3 56.4
�10 �c �u
TEST DATE USCS NM
CH
� Remarks:
PLATE A.22
' . - - � � � � �;� ,• �. .�.., � �� ..
���
90
80
70
� 60
W
Z
�
z 50
w
U
�
W 40
�
30
20
10
C C C� C C C pp � N f`�') �v � O � N
�o r� i� .- .-- � \" �t �t �k �t �k �k �k
I I � � I � I � ( I I I I I
I I � I � I ( I I I I I I �
� � � � � � � � � ( � � � �
� ( � � � � � � � � ( � � �
� � � � � � � � ( � � � � (
� � ( ( � � � ( � � � � � �
� � � � � �( � � � � � �
� � � � � � � � � � � � � �
� � ( � � � � � � � � � � �
� � � � � � � � � � � � � �
I I I I I I I i I I I I I I
I I i I I I I I I I I I I I
� � � � � � � � � � � � �
� � � � � � � � � � � � ( �
I I I I I I I I I I I I I
I I I I I i I I I I I I I
I I i I I I I I I I I I I I
I I I I I I I I I I i I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
100 10 1 0.1 0.01 0.001
o�a +3��
0.0
LL PL
26 12
GRAIN SIZE - mm.
% Gravel % Sand
Coarse Fine oars Medium Fine Silt
0.0 0.1 0.0 1.2 76.5 18.4
�85 �60 �50 �30 �15 �10
0.3268 0.2222 0.1891 0.1139 0.0563 0.0466
MATERIAL DESCRIPTION
Project Mo. 103-23-486 Client: Kimley-Horn & Associates
Project: Silver Creek LS, FM & GM - Silver Creelc Rd. - FW, TX
� Depth: 19-20 Sample Number: B-9
% Fines
Clay
3,8
C� c„
1.25 4.77
TEST DATEI USCS I NM
SC
Remarks:
CN1J ENGINEERING, INC.
PLATE A.23
Fort 1lVorth, iexas
CMJ ENGINEERING, INC. PLATE A.24
FREE SWELL TEST RESULTS
Project: Silver Creek Lift Station, Force Main, and Gravity Main
Silver Creek Road – Fort Worth, Texas
Project No.: 103-23-486
Boring
No.
Depth
Interval
(ft.)
Sample
Description
Liquid
Limit
Plastic
Limit
Plasticity
Index
Moisture
Content % Percent
Swell
(%) LL PL PI Initial Final
B-8 4 – 5 Clay / Silty
Clay 53 18 35 16.0 20.6 2.8
Free swell tests performed at approximate overburden pressure
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised July 1, 2011
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised July 1, 2011
City of Fort Worth
Business Equity Division
INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL
Bid number: _____________ Business Equity Goal: __________%
It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity
Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal
is established for a bid, it means that the City of Fort Worth believes that there are Business Equity
Firms available that can provide goods or services requested by the bid.
The Business Equity Goal for Bid number _________ is ______%. This means that the City
believes that there are available Business Equity Firms that can provide goods or services required
by this bid and therefore, ______% of the Bidder’s awarded amount must be spent with a Business
Equity Firm. All requirements and regulations stated in the City’s current Business Equity Ordinance
#25165-10-2021 apply to this bid. Definitions are at the end of this document.
Because a Business Equity Goal has been established for this bid, in order for your bid to be
considered, a Bidder must satisfy one (1) of the conditions below.
A.Commit to Meet or Exceed the Business Equity Goal
Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount
with the Business Equity Firm(s).
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: Submit the following two (2) forms:
a.Utilization Plan
b.Letter(s) of Intent
B.Prove a Good Faith Effort
Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful.
This can occur in two (2) ways:
1)Bidder proposes a smaller Goal
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: Submit the following three (3) forms:
a.Utilization Plan
b.Letter(s) of Intent
c.Good Faith Effort
2)Bidder proposes a 0% Goal
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance §20-370 (g)
page for requirements of an acceptable Good Faith Effort.
C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project
as the Prime Contractor
Bidder must show that the Bidder is providing all of the goods and services through their own
company and that there are no goods or services provided by a third party or an affiliate.
Bidder will not purchase any supplies or inventory from a third party.
Step 1: Must submit Prime Contract Waiver Form
D. Create a Joint Venture with a Business Equity Firm
At least one or both of the firms must be a Business Equity Firm
Step 1: Must submit Joint Venture Form
DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS
Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for
the public opening of bids. Faxed copies will not be accepted.
FREQUENTLY ASKED QUESTIONS
1. If I am Business Equity Firm, can I count my performance of the bid?
Answer: A Business Equity Prime Contractor can count its self-performance towards meeting the
Business Equity Goal for the assigned North American Industry Classification System (NAICS)
commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE)
certification.
2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the
goods under the bid, can I count my performance under the Bid?
Answer: If the Business Equity Prime cannot self-perform all of the work, it will be accountable for
subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under
the “Significant Business Presence” definition may count in the Program upon approval of DVIN-BE.
3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I
complete the form?
Answers:
a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM
on the third business day after bids are opened detailing all Subcontractors the Contractor intends
to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count
their self-performed services towards meeting a Business Equity Goal.
b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall
submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing
all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors
that are Business Equity Firms may count their self-performed services towards meeting a
Business Equity Goal.
c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value
procurement does not timely submit its Utilization Plan with the required documents, that bidder
will be deemed Non-Responsive. For a low bid procurement, the City will notify the next lowest
bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on
the third business day after the bidder receives notification. This process will be followed until a
bidder submitting the required documents is selected.
DEFINITIONS
Business Equity Firm means an Independent Firm that is a Certified minority- and/or women-owned
business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace.
Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following
factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county
Marketplace; the availability of Business Equity Firms and non-Business Equity Firms in the Marketplace
determined on a Contract-by-Contract basis; and the subcontracting/supplier opportunities of each
project.
Certified means those firms identified by the North American Industry Classification System (NAICS)
that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional
Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW
/MSDC), Women's Business Council-SW (WBCS), Texas Department of Transportation (TxDOT) or
another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort
Worth.
DVIN-BE means the City's Department of Diversity and Inclusion – Business Equity Division
Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as
described in the Business Equity Ordinance §20-370 (g).
Joint Venture means a business entity formed by two or more independent Persons for the purpose of
pursuing a common objective, such as a prime contract. The resulting business entity has additional
resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally
characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture,
the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 %
interest but in most cases, not less than 20%.
Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e.,
Tarrant, Dallas, Denton, Johnson, Parker and Wise counties).
Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance.
Significant Business Presence means a Person (1) which has its principal place of business located
inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but
has been verified to be in existence for a minimum of 24 months and from which at least 20% of the
business's workforce is based in the Marketplace; or (3) which has cumulative business receipts
greater than $1,000,000 for work done in the Marketplace since January 1, 2013.
Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to
meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the
percentages of the work to be performed.
VIOLATIONS AND SANCTIONS
1. Failure to comply with the City’s Business Equity Ordinance will result in the bid being
considered “Non-Responsive.”
2. Failure to submit the required Business Equity forms and documentation will result in the bid being
considered non-responsive and a “written warning” letter that may impact the Offeror’s evaluation scoring
on future City bid opportunities for up to 12 months, refer to Ordinance §20-373 on VIOLATIONS AND
SANCTIONS for continued offenses or failures to comply.
If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division
Email: DVIN_BE@fortworthtexas.gov | Phone: 817-392-2674
ATTACHMENT 1A
Page 1 of 4
City of Fort Worth
Business Equity Utilization Form
Disadvantaged Business Enterprise Utilization Form (Applicable if Federally-Funded)
PRIME/OFFEROR/OWNER
COMPANY NAME:
BID DATE:
PROJECT NAME:
PROJECT NUMBER:City’s Business Equity Goal:
MBE WBE DBE HUB VOSB Section 3 Not Certified Check all applicable boxes to describe
Prime/Offeror/Owner's Classification:
Certifying Agency:NCTRCA D/FW MSDC TX DOT WBCS Other:
Ethnicity:African American Hispanic Native American Asian Caucasian Female
Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise
HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors
Gender:Male
%
Offeror’s Business Equity (or DBE)
Commitment:
ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD
Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly
bid or to the Developer if privately bid.
The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the
City of Fort Worth (Exception: Developer projects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non-responsive to bid specifications.
Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the
Marketplace. The marketplace is the City of Fort Worth including portions of Denton, Parker, Wise, and all of Tarrant, Dallas, and Johnson counties.
Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona-fide minority or women business enterprise by the
North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council-Southwest
(WBCS).
If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be
used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner-operated, and receive full Business Equity
credit. The Business Equity firm may lease trucks from non-Business Equity firms, including owner-operated, but will only receive credit for the fees and commissions earned by the
Business Equity as outlined in the lease agreement.
Federally-funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or
supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When
materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the
procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is
responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal.
Non-Binary
(Check if addressing DBE Goal)%
Effective 01/01/2021
Updated 03/24/2022
ATTACHMENT 1A
Page 2 of 4
Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers,
regardless of status; i.e., Business Equity firms and non-Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of
subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered
2nd tier. Business Equity firms are to be listed before non-Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers
identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal.
Certified Business Equity Prime/Offeror Contractors counting their self-performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a
certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self-performing services towards the goal, the service(s) to be performed
should be listed first on the Utilization form.
NAMES AND ADDRESSES OF
CONTRACTORS/SUPPLIERS
TYPE OF SERVICES/SUPPLIES
PROVIDED (NAICS Required)Specify Tier
Name 1st Tier Certification Agency Gender and Ethnicity:
Business Name:
Address:
Phone:
Email:
Contact Person:
Type of Service/Supplies:
$ AMOUNT:
Male Female Certified By:
NCTRCA
TXDOT
Type of Service/Supplies:
$ AMOUNT:
Certified By:
NCTRCA
TXDOT
Type of Service/Supplies:
$ AMOUNT:
Certified By:
NCTRCA
TXDOT
$ AMOUNT:
Certified By:
NCTRCA TxDOT
African American
WBCS
D/FW MSDC
WBCS
DFW MSDC
Male Female
Male Female
WBCS
DFW MSDC
African American
African American
Business Equity Utilization Form
Non-Binary
Other:
Hispanic
Native
American
Asian
Caucasian
Business Name:
Address:
Phone:
Email:
Contact Person:
Business Name:
Address:
Phone:
Email:
Contact Person:
Other:
Other:
Asian
Caucasian
Hispanic
Asian
Caucasian
Hispanic
Native
American
Native
American
Non-Binary
Non-Binary
Effective 01/01/2021
Updated 03/24/2022
NAICS Code:
NAICS Code:
NAICS Code:
Check this box if certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below.
Please list certified Business Equity firm names as listed on their certification, including DBA names.
ATTACHMENT 1A
Page 3 of 4
Business Equity Utilization Form
Please include multiple copies of this page if needed to list all contractors and suppliers.
NAMES AND ADDRESSES OF
CONTRACTORS/SUPPLIERS
TYPE OF SERVICES/SUPPLIES
PROVIDED (NAICS Required)Specify Tier
Name 1st Tier Certification Agency Gender and Ethnicity:
Business Name:
Address:
Phone:
Email:
Contact Person:
Type of Service/Supplies:
$ AMOUNT:
Male Female Certified By:
Type of Service/Supplies:
$ AMOUNT:
Certified By:
Type of Service/Supplies:
$ AMOUNT:
Certified By:
WBCS
WBCS
Male Female
Male Female
WBCS
Non-Binary
D/FW MSDC
NCTRCA
TXDOT
Other:
Hispanic
Native
American
African American
Asian
Caucasian
Business Name:
Address:
Phone:
Email:
Contact Person:
Business Name:
Address:
Phone:
Email:
Contact Person:
DFW MSDC
NCTRCA
TXDOT
Other:
DFW MSDC
NCTRCA
TXDOT
Other:
African American
Asian
Caucasian
Hispanic
African American
Asian
Caucasian
Hispanic
Native
American
Native
American
Non-Binary
Non-Binary
Type of Service/Supplies:
$ AMOUNT:
Certified By: Male Female
WBCS
Business Name:
Address:
Phone:
Email:
Contact Person:
DFW MSDC
NCTRCA
TXDOT
Other:
African American
Asian
Caucasian
Hispanic
Native
American
Non-Binary
NAICS Code:
NAICS Code:
NAICS Code:
NAICS Code:
Effective 01/01/2021
Updated 03/24/2022
ATTACHMENT 1A
Page 4 of 4
Business Equity Utilization Form
______________________________________________
Printed Signature
______________________________________________
Contact Name and Title (if different)
______________________________________________
Phone Number
______________________________________________
Email Address
______________________________________________
Date
Authorized Signature
____________________________________________________
Title
____________________________________________________
Company Name
____________________________________________________
Address
____________________________________________________
City/State/Zip Code
Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $
Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $
Total Dollar Amount of Non-Business Equity Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS $
The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division
through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of
how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect
the final compliance determination.
By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including non-Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or
examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners,
principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work
performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or
knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years.
Department of Diversity and Inclusion - Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov
Ph: 817-392-2674
Effective 01/01/2021
Updated 03/24/2022
ATTACHMENT 1B
Page 1 of 1
Rev. 3/13/2022
City of Fort Worth
Business Equity (M/WBE) Specifications
Prime Contractor Waiver Form
OFFEROR COMPANY NAME: Check applicable block to describe Prime
M/WBE NON-MWBE PROJECT NAME:
BID DATE
City’s MBE Project Goal:
%
Offeror’s MBE Project Commitment:
%
PROJECT NUMBER
If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes.
Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00
p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in
the bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors?
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an operational profile of your business.
YES
NO
Will you perform this entire contract without suppliers?
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business.
YES
NO
The Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment
thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror
also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or
employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three (3) years and for
initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this
ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror
and barred from participating in City work for a period of time not less than one (1) year.
______________________________________ ___________________________________________
Authorized Signature Printed Signature
______________________________________ ___________________________________________
Title Contact Name (if different)
______________________________________ ___________________________________________
Company Name Phone Number Fax Number
______________________________________ ___________________________________________
Address Email Address
______________________________________ ___________________________________________
City/State/Zip Date
Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov Phone:
(817) 392-2674
ATTACHMENT 1C
Page 1 of 4
Effective 03/15/2022
City of Fort Worth
Business Equity Division
Good Faith Effort Form
PRIME/OFFEROR
COMPANY NAME:
Check applicable box to describe
Prime/Offeror's Certification
Business Equity
Firm
Non-Business
Equity Firm PROJECT NAME:
BID DATE
Business Equity Goal:
%
Offeror’s Business Equity Goal Commitment:
%
PROJECT NUMBER
If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete
this form.
If the Prime/Offeror’s method of compliance with the Business Equity Goal is based
upon demonstration of a “Good Faith Effort”, the Prime/Offeror will have the burden of
correctly and accurately preparing and submitting the documentation required by the
City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort
requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts
or intentional discrimination by the Prime/Offeror.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive
of bid opening date, will result in the bid being considered non-responsive to bid specifications.
Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if
publicly bid or to the Developer if privately bid.
1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non-Business
Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each
subcontracting and or supplier opportunity regardless of tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
ATTACHMENT 1C
Page 2 of 4
Date of Listing _______________
2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity
subcontractors and/or suppliers from the City's Business Equity Division.
Yes
No
3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the
bids are opened?
Yes
4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are
opened?
(If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.)
(If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is
returned as undeliverable, then that “undeliverable confirmation” received must be printed directly from the facsimile for
proper documentation. Failure to submit confirmation and/or “undeliverable confirmation” documentation may render the
GFE non-responsive.)
Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an
email is returned as undeliverable, then that “undeliverable message” receipt must be printed directly from the
email system for proper documentation. Failure to submit confirmation and/or “undeliverable message”
documentation may r ender the GFE non-responsive.)No
NOTE: The three methods identified above are acceptable for soliciting bids, and each selected
method must be applied to the applicable contract. The Prime/Offeror must document that either at
least two attempts were made using two of the three methods or that at least one successful contact was
made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement.
NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each
subcontracting and supplier opportunity to be in compliance with questions 3 thru 5.
6.) Did you provide plans and specifications to potential Business Equity firms?
Yes
Yes
7.) Did you provide the information regarding the location of plans and specifications in order to assist
the Business Equity firms?
No
5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are
opened?
Yes
No
No
No
Effective 03/15/2022
ATTACHMENT 1C
Page 3 of 4
8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their
skill set?
(If yes, attach all copies of quotations.)
Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address
the corrections needed.)
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
Business Equity firm participation on this project.
__________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________
The Prime/Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed on this contract,
the payment thereof and any proposed changes to the original arrangements submitted
with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company that will substantiate the actual work
performed on this contract, by an authorized officer or employee of the City.
A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be
Debarred for a period of time of not less than three (3) years.
No
Yes
No
9.) Was the contact information on any of the listings not valid?
10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted
should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms
was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the
event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera
access to an inspection of any relevant documentation by City personnel.
Effective 03/15/2022
ATTACHMENT 1C
Page 4 of 4
The undersigned certifies that the information provided and the Business Equity firms
listed was/were contacted in good faith. It is understood that any Business Equity firms
listed in Attachment 1C will be contacted and the reasons for not using them will be
verified by the City’s Business Equity Division.
_______________________________________
Authorized Signature
_______________________________________
Title
_______________________________________
Company Name
______________________________________
Address
_______________________________________
City/State/Zip
_______________________________________
Printed Signature
_______________________________________
Contact Name and Title (if different)
_______________________________________
Phone Number
_______________________________________
Email Address
_______________________________________
Date
Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
Effective 03/15/2022
Joint Venture
Page 1 of 3
Rev. 2/13/19
CITY OF FORT WORTH
M/WBE Joint Venture Eligibility Form
All questions must be answered; use “N/A” if not applicable.
.
Name of City project: ___________________________________________________________________________
A joint venture form must be completed on each project
RFP/Bid/Purchasing Number: ____________________________
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone: Facsimile: E-mail address:
Cellular:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
joint venture
M/WBE firm
name:
Non-M/WBE firm
name:
Business Address: Business Address:
City, State, Zip: City, State, Zip:
Telephone Facsimile E-mail Telephone Facsimile
Cellular Cellular
Certification Status: E-mail address
Name of Certifying Agency:
2. Scope of work performed by the Joint Venture:
Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
Joint Venture
Page 2 of 3
Rev. 2/13/19
3.What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal? _____________________
4.Attach a copy of the joint venture agreement.
5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture
agreement)
Profit and loss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests:
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a.Estimating
b.Marketing and Sales
c.Hiring and Firing of management
personnel
d.Purchasing of major equipment
and/or supplies
Supervision of field operations
The City’s Business Equity Division will review your joint venture submission and will have final
approval of the M/WBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or
the dollar amounts/percentages change from the originally approved information, then the participants must
inform the City’s Business Equity Division immediately for approval. Any unjustified change or
deletion shall be a material breach of contract and may result in debarment in accord with the procedures
outlined in the City’s Business Equity Ordinance 25165-10-2021 .
Joint Venture
Page 3 of 3
Rev. 2/13/19
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture’s eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts.
Name of MBE firm Name of non-MBE firm
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of _________________________________________ County of _________________________________
On this _____________________________ day of _________________, 20 ____, before me appeared
___________________________________________ and ___________________________________________
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public ______________________________________________________
Print Name
Notary Public ______________________________________________________
Signature
Commission Expires _________________________________________________ (seal)
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised July 1, 2011
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised July 1, 2011
CLASSIFICATION DESCRIPTION Wage Rate
Asphalt Distributor Operator 15.32$
Asphalt Paving Machine Operator 13.99$
Asphalt Raker 12.69$
Broom or Sweeper Operator 11.74$
Concrete Finisher, Paving and Structures 14.12$
Concrete Pavement Finishing Machine Operator 16.05$
Concrete Saw Operator 14.48$
Crane Operator, Hydraulic 80 tons or less 18.12$
Crane Operator, Lattice Boom 80 Tons or Less 17.27$
Crane Operator, Lattice Boom Over 80 Tons 20.52$
Crawler Tractor Operator 14.07$
Electrician 19.80$
Excavator Operator, 50,000 pounds or less 17.19$
Excavator Operator, Over 50,000 pounds 16.99$
Flagger 10.06$
Form Builder/Setter, Structures 13.84$
Form Setter, Paving & Curb 13.16$
Foundation Drill Operator, Crawler Mounted 17.99$
Foundation Drill Operator, Truck Mounted 21.07$
Front End Loader Operator, 3 CY or Less 13.69$
Front End Loader Operator, Over 3 CY 14.72$
Laborer, Common 10.72$
Laborer, Utility 12.32$
Loader/Backhoe Operator 15.18$
Mechanic 17.68$
Milling Machine Operator 14.32$
Motor Grader Operator, Fine Grade 17.19$
Motor Grader Operator, Rough 16.02$
Off Road Hauler 12.25$
Pavement Marking Machine Operator 13.63$
Pipelayer 13.24$
Reclaimer/Pulverizer Operator 11.01$
Reinforcing Steel Worker 16.18$
Roller Operator, Asphalt 13.08$
Roller Operator, Other 11.51$
Scraper Operator 12.96$
Servicer 14.58$
Small Slipform Machine Operator 15.96$
Spreader Box Operator 14.73$
Truck Driver Lowboy‐Float 16.24$
Truck Driver Transit‐Mix 14.14$
Truck Driver, Single Axle 12.31$
Truck Driver, Single or Tandem Axle Dump Truck 12.62$
Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$
Welder 14.84$
Work Zone Barricade Servicer 11.68$
2013 PREVAILING WAGE RATES
The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
(Heavy and Highway Construction Projects)
Page 1 of 1
CLASSIFICATION DESCRIPTION Wage Rate
AC Mechanic $ 25.24
AC Mechanic Helper $ 13.67
Acoustical Ceiling Installer $ 16.83
Acoustical Ceiling Installer Helper $ 12.70
Bricklayer/Stone Mason $ 19.45
Bricklayer/Stone Mason Trainee $ 13.31
Bricklayer/Stone Mason Helper $ 10.91
Carpenter $ 17.75
Carpenter Helper $ 14.32
Concrete Cutter/Sawer $ 17.00
Concrete Cutter/Sawer Helper $ 11.00
Concrete Finisher $ 15.77
Concrete Finisher Helper $ 11.00
Concrete Form Builder $ 15.27
Concrete Form Builder Helper $ 11.00
Drywall Mechanic $ 15.36
Drywall Helper $ 12.54
Drywall Taper $ 15.00
Drywall Taper Helper $ 11.50
Electrician (Journeyman) $ 19.63
Electrician Apprentice (Helper) $ 15.64
Electronic Technician $ 20.00
Floor Layer $ 18.00
Floor Layer Helper $ 10.00
Glazier $ 21.03
Glazier Helper $ 12.81
Insulator $ 16.59
Insulator Helper $ 11.21
Laborer Common $ 10.89
Laborer Skilled $ 14.15
Lather $ 12.99
Metal Building Assembler $ 16.00
Metal Building Assembler Helper $ 12.00
Metal Installer (Miscellaneous) $ 13.00
Metal Installer Helper (Miscellaneous) $ 11.00
Metal Stud Framer $ 16.12
Metal Stud Framer Helper $ 12.54
Painter $ 16.44
Painter Helper $ 9.98
Pipefitter $ 21.22
Pipefitter Helper $ 15.39
Plasterer $ 16.17
Plasterer Helper $ 12.85
Plumber $ 21.98
Plumber Helper $ 15.85
Reinforcing Steel Setter $ 12.87
(Commercial Construction Projects)
2013 PREVAILING WAGE RATES
Page 1 of 2
Reinforcing Steel Setter Helper $ 11.08
Roofer $ 16.90
Roofer Helper $ 11.15
Sheet Metal Worker $ 16.35
Sheet Metal Worker Helper $ 13.11
Sprinkler System Installer $ 19.17
Sprinkler System Installer Helper $ 14.15
Steel Worker Structural $ 17.00
Steel Worker Structural Helper $ 13.74
Waterproofer $ 15.00
Concrete Pump $ 18.50
Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31
Forklift $ 16.45
Foundation Drill Operator $ 22.50
Front End Loader $ 16.97
Truck Driver $ 16.77
Welder $ 19.96
Welder Helper $ 13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted
and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman
Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The
Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp
Equipment Operators
Page 2 of 2
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised July 1, 2011
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH SILVER CREEK LIFT STATION
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104489-3
Revised July 1, 2011
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792
04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001
04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH
1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area
5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)
1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area
08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD
Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)
* 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.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia.
33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N
33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N
33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia.
33 05 13 Manhole Frames and Covers Neenah Casting 24" dia.
10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia.
7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia.
01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia.
11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia
07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia
08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia
10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works
30" ERGO XL Assembly
with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia
06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia.
09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P.
CAP-ONE-30-FTW, Composite, w/ Lock
w/o Hing 30" Dia.
10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia.
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia.
* 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia.
* 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia.
* 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia.
03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia.
04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)
* 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48"
* 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48"
09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone
05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60"
10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc.48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring
06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72"
09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72"
10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48"
10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60"
10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas
Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious
* E1-14 Manhole Rehab Systems Quadex
04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP
E1-14 Manhole Rehab Systems AP/M Permaform
4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System
5/12/03 E1-14 Manhole Rehab System (Liner) Poly-triplex Technologies MH repair product to stop infiltration ASTM D5813
08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use
Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious
05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790
* E1-14 Manhole Rehab Systems Sun Coast
12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
08/30/06 Coatings for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Applications
03/19/18
33 05 16, 33 39 10,
33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams
RR&C Dampproofing Non-Fibered Spray
Grade (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 03/29/2022
* From Original Standard Products List 1
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 03/29/2022
Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)
* 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia.
* 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia.
* 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia
Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)
11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI
02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI
04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers
09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48"
09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin 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)
03/19/18 Casing Spacers BWM
FB-12 Casing Spacer (Coated Carbon Steel)
for Non_pressure Pipe and Grouted Casing
03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12
Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)
* 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Flex Ring (Restrained Joint) AWWA 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 Iron Pipe Co. AWWA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coatings/Epoxy 33-39-60 (01/08/13)
02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33
12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series
04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2"
Sewer - Pipes/Concrete
* 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
* E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76
* E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76
Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)
PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously
McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously
TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously
Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)
7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc.Hobas Pipe (Non-Pressure) ASTM D3262/D3754
03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754
04/09/21 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754
4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Sewer - Pipes/HDPE 33-31-23(1/8/13)
* High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8"
* High-density polyethylene pipe Plexco Inc. ASTM D 1248 8"
* High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8"
High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12"
10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12"
* From Original Standard Products List 2
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 03/29/2022
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 ASTM D 3034 4" - 15"
12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 ASTM D 3034 4" thru 15"
* 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4" thru 15"
01/18/18 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer ASTM D3034 4" thru 15"
11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 18" to 27"
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) SDR 26/35 PS 115/46 ASTM F 679 18" - 28"
09/11/12 33-31-20 PVC Sewer Pipe Pipelife Jet Stream SDR-26 and SDR-35 ASTM F-679 18"
05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 18" to 48"
04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15"
*33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 35 ASTM F679 18"- 24"
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15"
3/29/2019 33 31 20
Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034/F-679 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15"
10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26/35 PS 115/46 ASTM F-679 18"- 36"
Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)
* Cured in Place Pipe Insituform Texark, Inc ASTM F 1216
05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813
05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA) Inliner Technology ASTM F 1216
Sewer - Pipes/Rehab/Fold & Form
* Fold and Form Pipe Cullum Pipe Systems, Inc.
11/03/98 Fold and Form Pipe Insituform Technologies, Inc. Insituform "NuPIpe" ASTM F-1504
Fold and Form Pipe American Pipe & Plastics, Inc.Demo. Purpose Only
12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867
06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F-1947 Up to 18" diameter
Sewer - Pipes/Open Profile Large Diameter
09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48"
09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra-Rib Open Profile Sewer Pipe ASTM F 679 18" to 48"
E100-2 PVC Sewer Pipe, Ribbed Uponor ETI Company
11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 2736 24"-30"
11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60"
05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Durmaxx ASTM F 2562 24" to 72"
Water - Appurtenances 33-12-10 (07/01/13)
01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe
08/28/02 Double Strap Saddle Smith Blair #317 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"-2" SVC, up to 24" Pipe
10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1"
10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL AWWA C800 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-6-NL, FB1600-6-NL, FV23-666-W-
NL, L22-66NL AWWA C800 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-4-NL, FB1600-4-NL, B11-444-WR-
NL, B22444-WR-NL, L28-44NL AWWA C800 1"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-24277N-3, B-20200N-3, H-
15000N, , H-1552N, H142276N
AWWA C800, ANSF 61,
ANSI/NSF 372 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3, B-24277N-3,H-
15000N, H-14276N, H-15525N
AWWA C800, ANSF 61,
ANSI/NSF 372 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3,H-15000N, H-
15530N
AWWA C800, ANSF 61,
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 Steel) 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 Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only
05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16"
02/29/12 33-12-25 Tapping Sleeve (Coated Steel) 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 Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out
05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30"
Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW
Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW
08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A"
Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9
Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9
Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9
Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)
* From Original Standard Products List 3
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 03/29/2022
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
240 - float, ASTM A 307 - Cover
Bolts
1" & 2"
* E1-11 Combination Air Release Valve Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"
* E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3"
Water - Dry Barrel Fire Hydrants 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
10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawings No. 6461
A-423 Centurion AWWA C-502
01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawing FH-12
A-423 Super Centurion 200 AWWA C-502
10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502
09/16/87 E-1-12 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No. SK740803 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 AWWA C550 4" - 10"
08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6"
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
4"-28"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
16"-24"
9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12"
9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12"
Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)
07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110
* E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110
* E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111
08/11/98 E1-07 Ductile Iron Fittings Sigma, Co.
Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112
02/26/14 E1-07 MJ Fittings Accucast
Class 350 C-153 MJ Fittings AWWA C153 4"-12"
05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36"
05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24"
11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc.
One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12"
02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/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)AWWA C111/C116/C153 4" to 24"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10"
03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCE AWWA C111/C153 12" to 24"
08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co.
Sigma One-Lok SLDE AWWA 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 AWWA C153 4" to 24"
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.PVC Stargrip Series 4000 ASTM A536 AWWA C111
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.DIP Stargrip Series 3000 ASTM A536 AWWA C111
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe ASTM A536 AWWA C111 4"-12"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe ASTM A536 AWWA C111 16"-24"
* From Original Standard Products List 4
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.
Updated: 03/29/2022
Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16"
12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36"
08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24"
05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16"
10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron)AWWA C515 4" to 12"
08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48"
05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12"
01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller
* E1-26 Resilient Seated Gate Valve Kennedy 4" - 12"
* E1-26 Resilient Seated Gate Valve M&H 4" - 12"
* E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12"
11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16"
01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller
05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36"
01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48"
01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12"
10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16"
11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller
11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3)
11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3)
05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem,
ASTM A 276 Type 304 - Bolts &
nuts
4" - 12"
* E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16"
10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes
08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16"
Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
* E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24"
* E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller
1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger
06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter
04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48"
03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54"
Water - Polyethylene Encasement 33-11-10 (01/08/13)
05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD
09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD
Water - Sampling Station
3/12/96 Water Sampling Station Water Plus B20 Water Sampling Station
Water - Automatic Flusher
10/21/20 Automated Flushing System Mueller Hydroguard
HG6-A-IN-2-BRN-LPRR(Portable)
HG2-A-IN--2-PVC-018-LPLG(Permanent)
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc
04/09/21 Automated Flushing System Kupferle Foundry Company
Eclipse #9700 (Portable)
* From Original Standard Products List 5